Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2007 FBO #2118
SOURCES SOUGHT

R -- Fleet Air Control and Surveillance Facilities On-Site Field Operation, Maintenance Services

Notice Date
2/10/2004
 
Notice Type
Sources Sought
 
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
N00421-04-R-0040
 
Response Due
2/24/2004
 
Point of Contact
Theresa Newbold, Contract Specialist, Phone (301) 995-8892, Fax 301-995-8670, - Joseph Mattingly, Contract Specialist, Phone (301) 995-8119, Fax 301-995-8670,
 
E-Mail Address
newboldti@navair.navy.mil, mattinglyjl@navair.navy.mil
 
Description
Sources Sought Synopsis – The Department of the Navy, Naval Systems Command-Aircraft Division, Aircraft Traffic and Control Landing Systems Division (Code 4.5.8), at St. Inigoes, Maryland is interested in identifying sources capable of providing on-site field operation, maintenance services and on-the-job training of various Fleet Air Control and Surveillance Facilities (FACSFAC) sites. The Fleet Area Control and Surveillance Facilities (FACSFACs) are responsible for managing and controlling airspace in certain designated Warning Areas, Restricted Areas, and Military Operation Areas. To accomplish these responsibilities, the Navy utilizes the FACSFAC Air Control Tracking System (FACTS), AN/FYK-17B(V), FACTS Scheduling System (FACSKED), AN/FYK-23(V) and the Radar Beacon Data Extractor (RBDX), CV-4346/UPX. The contractor shall provide on-site field operation, maintenance services and on-the-job training of the FACTS, FACSKET, RBDX, and ancillary equipment referred to as FACSFAC systems the support services under this contract at the following sites: FACSFAC Jacksonville Naval Air Station Jacksonville, Florida; FACSFAC VACAPES Naval Air Station, Oceana Virginia Beach, Virginia; FACSFAC Pearl Harbor Naval Air Base, Pearl Harbor Ford Island, Hawaii; FACSFAC San Diego Naval Air Station, North Island San Diego, California; Naval Air Station Pensacola, Florida; Naval Air Station Fallon, Nevada; NAVAIR, St. Inigoes, Maryland. This is a follow-on contract to N00421-00-D-0342 currently being performed by Trandes Corporation located at 4601 Presidents Drive, Suite 360, Lanham, Maryland 20706. The contract is due to expire 30 September 2004. Requests for information regarding the current contract will be processed through Ms. Mary-Ann Bruton (Freedom Of Information Act (FOIA) Specialist). Please email your requests for FOIA information to: brutonME@navair.navy.mil. This procurement will be processed under full and open competition; however, the solicitation will include a requirement that 10% of the total value of the resultant requirement be subcontracted to small business firms. The NAICS code for this requirement is 541330 with a size standard of $23.0 Million. These services are required for a period of one year with four one year options to begin 1 October 2004. A solicitation will be issued reflecting a Labor Hour type contract with Firm Fixed Price labor rates. The overall estimated level of effort for the five year period of performance, years inclusive of options is 249,000 manhours. The contractor shall be required to provide fully trained and qualified personnel to accomplish the operation and maintenance of the FACSFAC systems. The following labor categories (subject to the Service Contract Act (SCA)), are to be used at each site: Senior Engineering Technician (SCA equivalent: Engineering Technician VI) and Engineering Technician (SCA equivalent: Engineering Technician V). The Senior Engineering Technician and the Engineering Technicians are required to have experience with FACSFAC systems identified above or equivalent automated air traffic control/surveillance systems; however, experience with FACSFAC systems is preferable. A secret facility clearance is required. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSALS. It is a market research tool being utilized to determine the availability and adequacy of potential sources prior to determining the method of acquisition and issuance of a Request for Proposal (RFP). Interested parties are requested to submit no more than 15 pages demonstrating their capability to perform the services listed above. This documentation shall address, as a minimum, the following: (1) prior/current corporate experience in performing efforts of similar size and scope within the last three years including contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government point of contact and current telephone number, and a brief description of how the contract referenced relates to the technical services described herein; (2) company profile to include number of employees, annual revenue history, office locations, DUNs number, etc.; (3) resources available such as corporate management and currently employed personnel to be assigned to the project to include professional qualifications and specific experience of such personnel; (4) management approach to staffing this effort with qualified personnel. The staffing plan should address current hires that would be available for assignment to this effort, possible subcontracting/teaming arrangements, and strategy for recruiting and retaining qualified personnel. It is highly encouraged that packages be submitted electronically to the Contract Specialist in Microsoft Word Format or Portable Document Format (PDF) at the following address: theresa.newbold@navy.mil. Alternatively, the package may be sent by mail to the following address: Department of the Navy, Contracts Group, Naval Air Warfare Center Aircraft Division, Bldg. 8110, Unit 11, Villa Road, St. Inigoes, Md 20684-0010, Attn: Mrs. Theresa. Newbold, Code 2.5.1.2.1.1. The information may also be faxed to (301) 995-8670. Request for copies of the solicitation will not be honored at this time; a formal synopsis will be issued at a later date. The Government is not committed nor obligated to pay for the information provided and no basis for claims against the Government shall arise as a result of a response to this Sources Sought or Government use of such information. The deadline for response to this request is 24 February 2004. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (10-FEB-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 12-SEP-2007, 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.fbo.gov/spg/DON/NAVAIR/N00421/N00421-04-R-0040/listing.html)
 
Record
SN01405004-F 20070914/070913083420 (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.