Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2009 FBO #2785
SOLICITATION NOTICE

J -- Fielded Training Systems Support (FTSS) III - Draft RFP Documents

Notice Date
7/10/2009
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway, Code 253, Orlando, Florida, 32826-3224
 
ZIP Code
32826-3224
 
Solicitation Number
N61339-09-R-0016
 
Point of Contact
Kathleen C Dougherty, Phone: 407-380-8189
 
E-Mail Address
kathleen.dougherty@navy.mil
(kathleen.dougherty@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Small Business Set-Aside MAC Unrestricted MAC General RFP Documents Draft RFP N61339-09-R-0016 Naval Air Warfare Center Training Systems Division (NAWCTSD) Orlando has a requirement to provide Fielded Training Systems Support (FTSS) Services for Navy and Non-Navy customers at multiple training sites around the world. The general scope of FTSS services encompasses the following: Contractor Operations and Maintenance Services (COMS) (including the following: Training Device Operations, Maintenance, Supply Support, Information Assurance (IA), Technical Data Verification (TDV), Access Control, Janitorial, Trainer Modification Support, Trainer Space Prep), Contractor Instruction Services (CIS), Training Device Relocation (TDR), Training Systems Management (TSM), Training Device Modification (TDM), Spares and Product Support, and In-Service Engineering Office (ISEO) Support. (ISEO Support is ancillary to COMS support.) Two separate Indefinite Delivery / Indefinite Quantity Contracts (ID/IQC), each with multiple awards is anticipated. The ceiling estimate of the acquisition is $900,000,000 for the Unrestricted Multiple Award Contract (MAC) and $80,000,000 for the Small Business Set-Aside (SBSA) MAC, inclusive of all contracts awarded and all subsequent task orders issued during the ordering period, which is anticipated to last five years, plus three one-year options (if exercised). Task orders will include Aviation, Surface, Undersea and Cross Warfare FTSS service efforts acquired by NAWCTSD. Presently, FTSS services are being provided primarily under numerous five-year task orders awarded under the existing FTSS II multiple award, ID/IQC; the ordering period of which ends in 30 March 2010. It is anticipated that future FTSS requirements and follow-on acquisitions to current FTSS service efforts will fall within the FTSS III scope. The FTSS III follow-on vehicles are two MACs – one MAC based upon full and open competition for FTSS requirements of higher complexity and performance risk, which also is referred to as the Unrestricted MAC, and one MAC set-aside in total for small business, which is referred to as the SBSA MAC. Any size firm can compete to become an awardee in the Unrestricted MAC. Only small businesses can compete to become an awardee in the SBSA MAC. This will be a competitive, negotiated acquisition with contract awards based upon the best value “trade-off analysis” evaluation criteria stipulated in Section M of the forthcoming Request for Proposal (RFP). Selection of offers for award will be based on the evaluation of written proposals. A draft version of the RFP, including applicable attachments is released at http://www.fedbizopps.gov and the NAWCTSD Business Opportunities site at http://nawctsd.navair.navy.mil. A technical library containing historical information for the Unrestricted and Small Business Set-Aside MACs is posted on the NAWCTSD Business Opportunities site. Industry is encouraged to provide the Government point of contact identified in this posting with comments and feedback via email in response to the Draft RFP. Please provide all comments and feedback by no later than 19 August 2009. A pre-solicitation conference is anticipated to be held at Naval Station (NS) Norfolk on 14 August 2009. At this time, the Government does not anticipate a separate pre-proposal conference. See Draft RFP, Section L, for information about conference and site visits. The distribution of the final solicitation will be accomplished through FedBizOpps and the NAWCTSD Business Opportunities site. Hard copies of the solicitation documents will not be available. Contract awards are scheduled for May 2010. The NAICS Code for this procurement is 541330, and the small business size standard is $27 million. THIS NOTICE 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. ANY INFORMATION SUBMITTED BY RESPONDENTS IS STRICTLY VOLUNTARY. THOSE FIRMS THAT DO NOT PROVIDE INFORMATION WILL NOT AUTOMATICALLY BE EXCLUDED FROM COMPETING ONCE THE OFFICIAL RFP IS RELEASED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N61339-09-R-0016/listing.html)
 
Place of Performance
Address: Multiple, United States
 
Record
SN01871621-W 20090712/090710235953-b8a65a133abff2810b418dc9ca166d57 (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.