Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2009 FBO #2777
SOURCES SOUGHT

R -- 6.7 National Logistics Contract - PSOW Site Index - Contract Tracker - Performance Based Statement of Work

Notice Date
7/2/2009
 
Notice Type
Sources Sought
 
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, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
1300130088
 
Archive Date
8/1/2009
 
Point of Contact
Benjamin M Washburn, Phone: (301) 757-2525, Michelle L. Briscoe, Phone: (301) 757-2527
 
E-Mail Address
benjamin.washburn@navy.mil, michelle.briscoe@navy.mil
(benjamin.washburn@navy.mil, michelle.briscoe@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Based Statement of Work Contract Tracker showing current contracts and estimated hours for next five years. Task index for each site, items not required marked by X The Industrial and Logistics Maintenance Planning/Sustainment Competency (Code 6.7) of the Naval Air Systems Command (NAVAIR) is seeking sources to provide professional services conducting logistics and technical support tasks in the areas of planning, analysis, development and execution for the Navy’s aviation fleet as described in the attached Performance Based Statement of Work (PBSOW). Those tasks include: 1. Level of Repair Analysis 2. Design Interface/Maintenance Planning 3. Logistics Support Analysis 4. Environmental Review and Analysis 5. Reliability-Centered Maintenance 6. Air-Ship Integration 7. Maintenance and Supply Integration 8. Supply Support, Facilities Support 9. The Naval Aviation Maintenance Program 10. Maintenance Scheduling/Management 11. Supportability Test and Evaluation 12. Integrated Warfighter Support Community / Warfighter Response Center 13. Engineering Technical Support 14. Contractor Field Services/Contractor Engineering Technical Services 15. Training/Training Support 16. Support Equipment 17. Mobile Facilities 18. Metrology and Calibration 19. Joint Depot Management Program Support will be required in the following locations, see attached PSOW Site Index for required tasks by site (tasks not required at a particular site indicated by 'x'): 1. NAS Patuxent River, MD 2. Cherry Point, NC 3. Jacksonville, FL 4. China Lake, Pt Magu, CA 5. North Island, CA 6. Lakehurst, NJ The offerors will be required to maintain a highly skilled, knowledgeable, and experienced workforce supporting each site throughout the five year period of performance. Not all tasks will necessarily be required at all sites; refer to the attached PSOW Site Index for site-specific requirements. To assist in evaluating requirements the attached contract tracker lists current contracts at each site with estimated hours for the coming five year period. The Government anticipates releasing a single solicitation from which multiple IDIQ contracts will be competed on an independent basis. Requirements in the solicitation will be divided by site into individual Lots with one IDIQ contract awarded for each Lot. The Government may award as few as one (1) or as many as six (6) contracts and anticipates that portions of this requirement may be offered as Full and Open Competition, small business and/or 8(a) competitions on a site by site basis. The Government anticipates that this effort shall be awarded on a predominantly Cost Plus Fixed Fee (CPFF) basis, though the contract will contain minor Cost elements to address travel and other secondary requirements. The Government will make final decisions on set-asides based on market research and responses from this Sources Sought, as well as other procurement and program related criteria. Therefore, interested businesses should indicate which of the above sites are covered by their response. Interested businesses should submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the services listed in the attached SOW. This documentation must address, at a minimum, the following: (1) prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, a brief description of how the contract referenced relates to the services described herein; (2) company profile to include number of employees, annual revenue history, office location(s), company website (if applicable), and DUNS number; (3) resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located at the cities specified; (4) management approach to staffing this effort with qualified personnel which should address current hires available for assignment to this effort, possible subcontracting/teaming arrangements, and strategy for recruiting and retaining qualified personnel; and (5) provide documentation of the company’s ability to begin performance upon contract award (projected award date 1 September 2010). All responses must include the following information: Company Name; Company Address; Company Business Size; and Point-of-Contact (POC) name, phone, fax number, and e-mail address. Please specify to which site(s) the capabilities statement package applies. Since the resultant contracts will be on a cost type basis the successful awardees will be required to have a Government approved accounting system upon contract award. The deadline for submission of information is 17 July 2009 at 3:00 pm eastern time. Questions concerning this notice should be submitted to Mr. Benjamin Washburn with a copy to Ms. Michelle Briscoe at the email addresses cited above. Telephone requests for information WILL NOT be accepted. THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/1300130088/listing.html)
 
Place of Performance
Address: Multiple locations, see above, United States
 
Record
SN01864463-W 20090704/090703000647-03637ad42bd372fb65536a0e7bdade12 (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.