Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2006 FBO #1654
MODIFICATION

D -- Small Business - IT Services

Notice Date
6/5/2006
 
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
N00421-06-R-0057
 
Response Due
6/29/2006
 
Archive Date
7/14/2006
 
Point of Contact
Colleen Coombs, Contracts Specialist, Phone (301) 757-9785, Fax (301) 342-1531, - Teri Berrian, Contracting Officer/Team Lead, Phone (301) 757-9789, Fax (301) 995-0142,
 
E-Mail Address
colleen.coombs@navy.mil, teri.berrian@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The Naval Air Systems Command (NAVAIR) Aircraft Division, Patuxent River (also referred to as the Naval Air Warfare Center Aircraft Division (NAWCAD)) plans to issue an Indefinite Delivery Indefinite Quantity (IDIQ) type contract executing Cost Plus Fixed Fee (CPFF) Task Orders after award in support of NAVAIR?s Information Management Department (AIR 7.2). The period of performance will commence 1 October 2006 through 30 September 2007 and will consist of a one-year base period and four one-year option periods. This procurement is set-aside for small business. The appropriate North American Industry Classification System (NAICS) code is 541512 with size standard $21M in sales revenue. Historically, the total level of effort for the combined services, expressed on an annual basis, has been 173,497 man hours. Required tasking for this effort are as follows: (1) VIDEO TECHNOLOGIES SUPPORT - Develop, operate, and maintain business systems and applications. Perform information technology services. Develop, operate, and maintain secure IT and common infrastructure. Video technologies support includes operation and staffing of video teleconferencing centers and low bit rate video facilities, including scheduling functions. The contractor must also support installations, upgrades, testing, and other related functions. (2) HELP DESK SUPPORT - Perform information technology services. Develop, operate, and maintain secure IT and common infrastructure Help Desk staff must receive and log in network trouble calls from users. The Help Desk is structured in tiers with all calls initially handled at tier 1and more complex problems/issues routed to higher levels for problem resolution. (3) NAVY MARINE CORPS INTRANET (NMCI) CUSTOMER TECHNICAL REPRESENTATIVE (CTR) FUNCTIONS AND PROGRAM MANAGEMENT - Perform information technology services. Develop, operate, and maintain secure IT and common infrastructure. The (NMCI) provides standard desktop and network services for the entire community with the exception of RDT&E and approved legacy networks. NMCI CTR functions may require support in the areas of CTR team financial management support, seat metrics support, site requirements plan support, technology refreshment support, customer liaison support, legacy license support, and information dissemination. (4) DEFENSE MESSAGING SUPPORT - Support for the defense messaging process entails the following functions; monitoring of automatic routing using a local area network and the Defense Message Dissemination System (DMDS); maintaining profiles used to distribute messages; maintaining user accounts; performing database maintenance; performing system backup and recovery; performing quality assurance for message delivery; software and file installations (incoming and outgoing message processes); DMDS related software evaluation functions; and customer support including formatting outgoing messages and user training. (5) EMBEDDED SUPPORT - Execute command policy, develop plans, policies, and communications. Examine business management issues. Develop, operate, and maintain business systems and applications. Conduct system level engineering and requirements analysis. Develop, operate, and maintain secure IT and common infrastructure. Perform analytical activities. Conduct system integration and verification/validation, system configuration and data management. It is the Government's intent to award a single contract to the offeror who provides the best overall value to the Government, cost and non-cost factors considered. Some tasks to be performed will require that personnel possess a Top Secret security clearance. The principal place of performance is NAWCAD, Patuxent River, Maryland; however, travel to other NAVAIR sites will be required in support of this effort. Specific details will be provided in solicitation RFP N00421-06-R-0057, which will be posted on the the NAVAIR Home Page at: http://www.navair.navy.mil/doing_business/open_solicitations/ on or about 9 May 2006. Be advised that periodic access to the websites is essential for obtaining updated documentation and the latest information regarding the procurement. Questions or comments regarding this notice may be addressed electronically to Colleen Coombs at colleen.coombs@navy.mil. To assist in the compilation of a bidders list to attach to the RFP, the following information should be provided: (1) Company Name and Address; (2) Company Point of Contact, e-mail address, telephone and fax number; and (3) Indication of business size (Small Business, Small Disadvantage Business, Woman-Owned Small Business, etc.). Prospective offerors that have provided the foregoing information will be notified via e-mail when the solicitation is available for viewing and downloading on the NAVAIR Home Page. No phone calls will be accepted or returned. See Government Numbered Note 1. Provided are the questions received in response to PreSolicitation Notice N00421-06-R-0057. Q1. Can you please provide clarification between the procurement N00421-06-R-0057 & N00421-06-R-0027? A1. Both N00421-06-R-0057 & N00421-06-R-0027 procurements are for Information Technology (IT) Customer Support Services Services (CSS). However N00421-06-R-0057 is set aside for Small Business and N00421-06-R-0027 is Unrestricted. Q2. Can you tell me what type of software you are using? A2. There is a variety of softwares that will be utilized, they will be specified in the Performance Work Statement (PWS) of the Request for Proposal (RFP), once it is released. Q3. Is this a re-competition or a new opportunity? If it is a re-competition, please provide the following information: the incumbent, the contact number, the dates and the amount of the contract. A3. In the past, the efforts for this work has been disseminated through multiple vendors. All the period of performance dates are from 10/1/05 ? 9/30/06 Mil Corp N00421-97-A-1462 TO# 0086 $ 186,733.71 Mil Corp N00421-97-A-1462 TO# 0088 $ 1,016.053.00 Mil Corp N00421-97-A-1462 TO# 0089 $ 345,905.00 Mil Corp N00421-97-A-1462 TO# 0090 $ 136,131.48 Mil Corp N00421-05-F-0101 $ 239,273.00 Compliance N00421-00-A-0345 TO# 0015 $ 400,364.00 Anteon N00600-97-A-2288 TO# 0335 $ 324,822.00 Anteon N00600-97-A-2288 TO# 0338 $ 51,706.00 Anteon N00421-06-F-0021 $ 2,428,841.00 Anteon N00421-06-F-0052 $ 143,426.58 PSI N00421-00-A-0360 TO# 0027 $ 167,683.00 Precise N00421-00-A-0508 TO# 0058 $ 21,085.00 Precise N00421-00-A-0508 TO# 0067 $ 15,400.00 Precise N00421-00-A-0508 TO# 0069 $ 44,444.00 Precise N00421-00-A-0508 TO# 0070 $ 3,017.06 Precise N00421-00-A-0508 TO# 0071 $ 4,077.00 Precise N00421-00-A-0508 TO# 0074 $ 139,258.00 Precise N00421-00-A-0508 TO# 0077 $ 53,326.00 Precise N00421-06-F-0074 $ 35,315.00 Smartronix N00421-06-F-0018 $ 1,515,816.00 Q4. What is the value of the past contracting action? A4. See A3. Q5. Is teaming allowed? A5. Yes. The government enocurages 1) Teaming arrangements; 2) Joint ventures among other small business concerns; 3) Consultants; and/or 4) Sub contracting. The best business strategy to acquire the services delineated herein, are encouraged. Q6. Will questions be allowed after the final solicitation is posted? A6. Yes, there will be time available for questions to be accepted after the final solication is posted. Q7. Will the winner of this proposal be required to have a facility clearance? If so, at what level? A7. Block 1a on the DD254 will specify a Top Secret for the facility clearance level. However, for clarification purposes, this is only applicable for the Government installation facility clearance level. This does not apply to the safeguarding requirements at the Contractor?s facility. Q9. Will preference be given to Service DisabledVeteran-Owned, Veteran-Owned and/or 8(a) certified smallbusinesses? A9. No. We have provided the opportunity to all small business entities through a sources sought that was released on January 2006. It was determined that there are no other small business entities that can provide this effort to the extent that is necessary. Q10. Is there a technical point of contact for this procurement? A10. The Technical Point of Contact will be determined at the time of award. Q11. Are you expecting to give multiple awards? A11. No, this procurement is set up for single award. Q12. Will the RFP response be submitted electronically? A12. It has not been determined yet if the RFP responses will be accepted electronically. Q13. Does the Presolicitation Notice replace the Sources Sought Notice that was released on January 9, 2006 "N00421-06-R-0027 - NAVAIR IT/IM Services? A13. No, however, this solicitation is a result of the N00421-06-R-0027 Sources Sought Notice. Q14. I just saw the announcement for this opportunity on Fedbizopps and just wanted to clarify that this was a different requirement than the NAVAIR IT IM (N0042106R0027). A14. Yes, they are different requirements as addressed in Q1 & A1. Q15. Still a little confused as N0042106R0027 is also advertised on Fedbizopps as a Total Small Business set aside. Are both these requirements going to be Small business set asides? A15. When N00421-06-R-0027 was on Fedbizopps previously it was for ?Sources Sought? information. The sources sought was used to give Small Business Administration (SBA) a fair opportunity to provide their capability statement to determine if Small Business could rationally provide the services. The outcome determined that these areas as identified in N00421-06-R-0057 would be earmarked and set aside for Small Businesses. Based on the sources sought research it was determined that only the efforts for N00421-06-R-0057 would condusive for Small Business set aside. Q16. The presolicitation notice states "some tasks to be performed will require that personnel possess a Top Secret Security Clearance", for planning purposes can you indicate what percent of the tasks will require Top Secret Clearances? A16. The percentage of task that will require Top Secret clearance is 5%, which will be approximately 4% of the personnel under this contract. Q17. Who do we contact to obtain information via FOIA? A17. Please contact the Freedom of Information Act in writing at: Office of Counsel/Legal (ATTN FOIA Coordinator) Bldg 435, Suite A Naval Air Warfare Center Aircraft Division 47076 Liljencrantz Road, Unit 7 Patuxent River, MD 20670-1550 Q18. Will the bidders list be published? A18. Yes, there will be a bidders list published. Q19.Will there be an industry day? A19. No, there will not be an industry day. We feel we have adequately addressed all questions asked from this pre solicitation synopsis. Therefore, no further questions will be entertained at this time. However, there will be time for questions at time of the RFP release. No late proposals will be accepted.
 
Place of Performance
Address: Naval Air Warfare Center Aircraft Divison, Patuxent River, MD
Zip Code: 20670
Country: USA
 
Record
SN01062765-W 20060607/060605221652 (fbodaily.com)
 
Source
FedBizOpps 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  © 1994-2020, Loren Data Corp.