Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2009 FBO #2790
MODIFICATION

R -- AIR 1.0 Program Management Acquisition Support - Draft SOW

Notice Date
7/15/2009
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting 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
REF25133420091
 
Archive Date
8/13/2009
 
Point of Contact
Ryan M. Delaney, Phone: 3017576528
 
E-Mail Address
ryan.delaney@navy.mil
(ryan.delaney@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This document is a Draft Statement of Work. INTRODUCTION: The Naval Air Systems Command, Aircraft Support Contracts Department (AIR 2.5.1.3), Patuxent River, MD is seeking information for potential sources regarding industry availability to provide acquisition expertise, tools, and supplemental processes to assist Program Management Acquisition (PMA) Office’s and Acquisition Staff’s in all phases of the Department of Defense procurement process and the life cycle support of aircraft, aircraft components and subsystems, missiles, unmanned aerial vehicles (UAVs), ordnance/bombs, and support related items. The results of this Sources Sought will be utilized to determine if any Small Business Set-Aside opportunities exist. All Small Business Set-Aside categories will be considered. Place of Performance: Patuxent River, MD Percentage of Effort: 100% Government (on-site): 40% Contractor (Off-Site): 60% DISCLAIMER: THIS SOUCRES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. IT DOES NOT CONSTITUTE A SOLICATION 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. PROGRAM BACKGROUND The Naval Air Systems Command Program Management Competency (AIR 1.0) Supports the NAVAIR Acquisition Executive for NAVAIR managed programs; formulates/maintains policy for standard Integrated Program Team (IPT) implementation and Externally Directed Team (EDT) oversight; establishes/maintains processes to monitor programmatic cost, schedule, and performance; and establishes/maintains program office personnel skill assessments and training requirements. The Program Management Competency (PMC) provides Program Managers with the standard processes and support services required to develop, plan, and execute projects to satisfy domestic and international program customer requirements. This includes training for program management personnel to be able to forecast and plan IPT/EDT schedules, cost, and performance requirements across the full system life cycle. In this capacity, the PMC provides policy and guidance on issues relating to the competency, and provides leadership for workforce sizing; processes standardization and improvement, training, and facilities/equipment needed to implement PMC objectives. REQUIRED CAPABILITIES The Government requires acquisition expertise, tools, and supplemental processes to assist Program Management Acquisition (PMA) Office’s and Acquisition Staff’s in all phases of the Department of Defense procurement process and the life cycle support of aircraft, aircraft components and subsystems, missiles, unmanned aerial vehicles (UAV’s), ordnance /bombs, and support related items. The Government envisions awarding several Basic Purchase Agreement (BPA) support contracts to obtain highly skilled and experienced Program Management support in program/project leadership, acquisition management, program and technical integration, program assessment and restructuring, optimal acquisition contract strategies, and complex studies and analysis. Task orders issued under these contracts will range from several months up to 18 months in duration with full contractor team compliment required at contract award. Continuity of the contractor team will be emphasized within the Quality Assurance Surveillance Plan (QASP) with contractor performance documented in Contractor Performance Assessment Reporting System (CPARS). SPECIAL REQUIREMENTS The contractor shall be required to maintain facilities located within 25 miles commuting distance of Patuxent River Naval Air Station (NAS), Patuxent River, MD. Travel/per diem shall not be authorized to/from the duty station. Any resulting contract is anticipated to have security classification level of Top Secret. ELIGIBILITY The applicable NAICS code for this requirement is 541611 with an appropriate size standard of $7.0 million dollars. The Product Service Code (PSC) is R408. SUBMMISSION DETAILS Interested businesses shall submit responses by mail to DEPARTMENT OF THE NAVY, NAVAL AIR SYSTEMS COMMAND, AIRCRAFT SUPPORT CONTRACTS DEPARTMENT (AIR 2.5.1.3) Bldg. 441, ROOM 105, ATTN: Mr. Ryan Delaney, Contract Specialist, 21983 Bundy Road Building 441, Patuxent River, MD 20670-1127. Please submit questions to Ryan Delaney, at ryan.delaney@navy.mil or alternatively at (301) 757-6528. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release. One hard copy and two soft copy CD-ROM responses shall be received at this office no later than 2:00 p.m. Eastern Time on 29 Jul 2009 and reference this synopsis number on both mailing envelope as well as on all enclosed documents. Due to heightened security requirements, ADDITIONAL MAILING TIME may be required for receipt of responses. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. Interested businesses should submit a brief capabilities statement package (no more than ten 8.5x11 inch pages, font no smaller than 10 point) demonstrating ability to perform the services listed in this Technical Description. Documentation should be in bullet format. All responses shall include Company Name, Company Address, Company Business Size, and Points-of-Contact (POC) including name, phone number, fax number, email address, identify GSA contract number, when contract expires, and if there are any remaining option periods on the existing GSA contract..
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/REF25133420091/listing.html)
 
Place of Performance
Address: Patuxent River Naval Air Station, Patuxent River, MD, Patuxent River, Maryland, United States
 
Record
SN01876250-W 20090717/090716000102-5a2d1ab197df7b131dd41c2585d1bd2f (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.