Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2005 FBO #1396
SOLICITATION NOTICE

R -- ENGINEERING, TECHNICAL, MANAGEMENT AND PROFESSIONAL SUPPORT SERVICES (NAWCAD-SAINT INIGOES, MD)

Notice Date
2/18/2005
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering 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-0079
 
Response Due
3/4/2005
 
Point of Contact
Susan Supplee, Contract Specialist, Phone (301) 995-8899, - Joseph Mattingly, Contract Specialist, Phone (301) 995-8119, Fax 301-995-8670,
 
E-Mail Address
susan.supplee@navy.mil, mattinglyjl@navair.navy.mil
 
Description
The Naval Air Warfare Center Aircraft Division (NAWCAD), Special Communications Requirements (SCR) Division, Patuxent River, St. Inigoes, MD has a requirement for engineering, technical, management and professional support services in support of DoD, Joint Service, and Federal Agencies programs. These services shall support overall systems engineering; program analysis and management; budget execution; acquisition and technical management; graphics and documentation support; and strategic planning support. The systems shall be based on small craft, shipboard, shorebased (fixed, transportable, manpack, mobile), aircraft/airborne, and hand held platforms. Representative of the possible Programs/Sponsors, for which joint information transfer system expertise and support services that may be required are the United States Special Operations Command and its Component Commands, Joint Task Forces, Department of Homeland Security, Unified and Specified Commands, Department of State, Department of Justice, United States Coast Guard, Office Secretary of Defense, Office Naval Intelligence, Immigration and Customs Enforcement, Counterterrorism Programs, Counterdrug Programs, Explosive Ordnance Disposal, Law Enforcement Community, DoD/Federal Agencies C4I and Special Technology Programs, National Guard Bureau, Air and Army National Guard and Reserve Units. The contractor shall provide its own support facilities needed to perform this tasking. Facilities shall be in the proximity of Naval Air Warfare Center Aircraft Division (NAWCAD), Patuxent River, and St. Inigoes, Maryland; however, the facility location shall satisfy the daily technical and management operation of the contract. The contractor shall provide, for both on-site and off-site requirements, all equipment and office/facility furnishings to support the requirements. The Government anticipates award of a Cost-Plus-Fixed Fee Contract, with an estimated total level of effort of 748,800 hours over a period of five years. The period of performance consists of one base year with performance commencing approximately 1 July 2005, with four 12-month option periods, which if exercised by the Government, will extend the period of performance of the resultant contract through 30 June 2010. The proposed contract will be subject to the Service Contract Act. The North American Industry Classification System (NAICS) Code is 541330 with a small business size standard of $23 million. The Contractor personnel shall be required to have a security clearance at the level required for each specific task, i.e.: confidential, Secret or Top Secret. These requirements were previously covered under Sources Sought Synopsis Reference number N00421-04-R-0128. The basis or award of the resultant contract will be on the Best Value to the Government as established by the tradeoff process evaluation approach, cost and non-cost factors considered. It is the Government’s intention to release the solicitation, 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 estimated release date for the complete solicitation is 07 March 2005 with an estimated proposal due date of 06 April 2005. These documents will be made available on the NAVAIR Home Page at the following address: http://www.navair.navy.mil/doing_business/open_solicitations. When submitting an e-mail response to this synopsis, please include the following information so that we may compile a Bidder’s Mailing List: 1. Company Name, 2. Company Address, 3. Company business size, 4. Point-of-Contact (POC) name, phone number, fax number, and e-mail address. PAPER COPIES OF THE RFP AND AMENDMENTS WILL NOT BE AVAILABLE OR ISSUED. IF YOU HAVE ANY QUESTIONS OR CONCERNS WRITE TO: Department of the Navy, Contracts Group, Attn: Susan J. Supplee (Code 251223), Naval Air Warfare Center Aircraft Division, Building 8110, Unit 11, Villa Road, St. Inigoes, MD 20684-0010 or via e-mail Susan.Supplee@navy.mil. TELEPHONE REQUEST FOR SOLICITATION WILL NEITHER BE ACCEPTED NOR RETURNED. ALL PROSPECTIVE OFFERORS ARE STRONGLY ENCOURAGED TO USE THE INTERNET TO ACCESS ALL DOCUMENTS. Questions and answers are to be submitted electronically to the same e-mail address (or Government address) above. All questions must provide the return Internet address and Company Mailing address for NAVAIR’s use in case of Internet problems. Questions and responses will be posted on the Internet at the same location as the RFP. The primary POC is Susan J. Supplee, Code 251223, Phone (301) 995-8899 Fax: (301) 995-8670 and the secondary POC is the Contracting Officer, Mr. J. Larry Mattingly, telephone: (301) 995-8119. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (18-FEB-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 20-SEP-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVAIR/N00421/N00421-05-R-0079/listing.html)
 
Place of Performance
Address: NAWCAD Villa Road, St. Inigoes, MD
Zip Code: 20684
Country: US
 
Record
SN00900027-F 20050922/050920213755 (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.