Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2005 FBO #1298
MODIFICATION

D -- Engineering and Technical Services for the development of Interactive Electronic Technical Manuals (IETMs), training systems, web-based applications, and information system products

Notice Date
6/14/2005
 
Notice Type
Modification
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00421-05-R-0085
 
Response Due
6/20/2005
 
Archive Date
7/5/2005
 
Small Business Set-Aside
Total Small Business
 
Description
Presolicitation Notice N00421-05-R-0085 is amended as follows: A portion of this support effort is currently being performed under contract N00421-01-C-0241 with Booz Allen Hamilton and under contract N00421-02-C-3251 with ManTech. Any questions or concerns regarding this notice should be directed to: Department of the Navy, Contracts Group (Attn: Mary Jean Orwig, Code 2.5.1.2.3.3), Naval Air Warfare Center Aircraft Division, Building 8110, Villa Road, St. Inigoes, MD 20684-0010; or preferably via E-mail Mary.Orwig@navy.mil. The point of contact for this procurement action is Mary Jean Orwig, Code 2.5.1.2.3.3, telephone 301-995-8112; and the Contracting Officer is Mr. J. Larry Mattingly, email Joseph.Mattingly@navy.mil, telephone 301-995-8119. ORIGINAL NOTICE: The Naval Air Warfare Center Aircraft Division (NAWCAD) Patuxent River, St. Inigoes, MD (Code 4.5.10.3) has a requirement for Engineering & Technical Services for the design, development, test and integration of application modules and their functional requirements. This action will be processed as a total small business set-aside. These services shall consist of requirement analyses, design and development services, test and evaluation, and implementation support. As part of this effort, the Integrated Communications and Information Systems Division (IC&ISD) of the NAWCAD, Patuxent River, MD, is engaged in the research, development, design, integration, test and evaluation, deployment, maintenance, training, technical management, and maintenance support for integrated life-cycle information management systems with NAWCAD, NAVAIR, NAVSEA, and other Navy and DoD organizations. The contractor shall provide management, technical and engineering services to support the development of the following: Interactive Electronic Technical Manuals (IETMs), Computer-based training systems, Web-technology-based publishing applications, Navy (NAWCAD, NAVSEA, and NAVAIR) maintenance products, Technical information markup (XML/SGML), Technical Data Conversion, Operational and certified products for Navy networks (e.g., NMCI, FAM, PPL, DITSCAP), Maintenance Material Management products and Content management solutions. Various specifications, standards, guides, or instructions will apply to the specific individual tasks. Unless otherwise specified, a reference to a military specification, standard, or handbook, or to an industry standard adopted by DoD, will be to the specific version listed in the DoD Index of Specifications and Standards in effect at the time of issue. The contractor shall provide technical analysis, engineering, and development services for DoD, Federal, and other sponsor requirements, in support of new or currently deployed weapons and communications platforms. Travel shall be required in the performance of this contract. The contract type is anticipated to be a Cost Plus Fixed Fee type contract. The period of performance consists of one base year plus four option years estimated at 394,710 hours for the entire contract. The North American Industry Classification System (NAICS) Code is 541512 with a small business size standard of $21.0 Mil. Basis for award of the resultant contract will be best value to the Government. Evaluation factors for award and relative importance thereof will be identified in the forthcoming Request for Proposal (RFP). Be advised that even though this action is a total small business set-aside, the contracting activity is planning to include a non-cost evaluation factor of Small Business Utilization for Planned Subcontracting. Any small business offeror planning to subcontract some portion of this resultant contract will be required to ensure that at least 10% of that amount be done so with other small business (SB), woman-owned small business (WOSB), small disadvantaged business (SDB), veteran owned small business (VOSB), small disadvantaged VOSB, and hubzone SB firms. It is the Government?s intention to release the RFP, including any subsequent amendments, via the Internet in Microsoft Word format, with attachments to be provided in Microsoft Word, Microsoft Excel, PowerPoint, and Portable Document Format (PDF). The RFP and related documents will be made available on the NAVAIR Home Page at a later date. The www server may be accessed using client browsers such as NETSCAPE and Microsoft Internet Explorer. The www address or URL for the NAVAIR Home Page is http://www.navair.navy.mil/doing_business/open_solicitations to access the solicitation, select N00421-05-R-0085. In addition to making the solicitation available for downloading via the Internet site, this office will also attempt to E-mail a notification of release of the solicitation and any subsequent amendments to all prospective offerors that submit a request to register for this information via E-mail. E-mail requests should be sent to the following address: Mary.Orwig@navy.mil and should include the following information for the purpose of compiling a Bidders Mailing List: 1. Company Name 2. Company Address 3. Point-of-contact, telephone number, fax number and E-mail address. In the interest of acquisition streamlining, prospective offerors are strongly encouraged to use the Internet for the purpose of submitting requests relative to this solicitation. Telephone requests for the solicitation will neither be accepted nor returned. A paper copy of the solicitation and any subsequent amendments will not be available or issued. The anticipated release date of the RFP is the week of 20 June 2005. Any questions or concerns regarding this solicitation should be directed to: Department of the Navy, Contracts Group (Attn: Mary Jean Orwig, Code 2.5.1.2.3.3), Naval Air Warfare Center Aircraft Division, Building 8110, Villa Road, St. Inigoes, MD 20684-0010; or preferably via E-mail previously cited above. The point of contact for this procurement action is Mary Jean Orwig, Code 2.5.1.2.3.3, telephone 301-995-8112; and the Contracting Officer is Mr. J. Larry Mattingly, email Joseph.Mattingly@navy.mil, telephone 301-995-8119.
 
Place of Performance
Address: Contractor Facility/Government Facility St. Inigoes, MD
Zip Code: 20684-0010
Country: US
 
Record
SN00829663-W 20050616/050614212422 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.