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
SOURCES SOUGHT

A -- Technical Engineering Services for IOCS - ATTACHMENTS

Notice Date
7/15/2009
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
1300129551
 
Archive Date
8/12/2009
 
Point of Contact
Steven M Williams, Phone: (301) 757-7042, William A. Case, Phone: 301-342-9936
 
E-Mail Address
steven.m.williams2@navy.mil, william.case@navy.mil
(steven.m.williams2@navy.mil, william.case@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DRAFT PERSONNEL QUALIFICATIONS FOR IOCS SERVICES DRAFT PBSOW FOR TECHNICAL & ENGINEERING SERVICES (IOCS) “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.” This sources sought is a market research tool being used to determine potential sources prior to determining the method of acquisition and issuance of a Request for Proposal. The Naval Air Warfare Center Aircraft Division (NAWCAD), St. Inigoes, Maryland, is surveying the vendor community for all interested parties in the intended procurement of project management, organizational, and acquisition engineering support services in support of U.S Central Command (USCENTCOM) and the Joint Intelligence Command Center (JICCENT). A draft Performance Based Statement of Work (PBSOW), level of effort estimate, and Personnel Qualifications is attached for review. Feedback from industry is being sought on the PBSOW and the Personnel Qualifications. Industry is also being solicited to suggest performance metrics related to each PBSOW task area. In addition to providing comments on the PBSOW and Personnel Qualifications, interested parties are requested to submit a capabilities statement of no more than twenty (20) pages in length. Capability statements shall address the following questions: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can or has your company managed a task of this nature? If so, please provide details. 3.) Can or has your company managed a team of subcontractors before? If so, provide details. 4.) What specific technical skills does your company possess which ensure capability to perform the tasks? 5.) Provide an explanation of your company’s ability to perform the tasking described in this PBSOW. Respondents to this notice also must indicate whether they are a large business or qualify as a Small, Small Disadvantaged, Women-Owned, Hub Zone, and/or Service Disabled Veteran-Owned Small Business Concern. If the respondent is a small business and their interest is as a perspective prime contractor they shall indicate how they will be able to perform a minimum of 50% of the value of the effort. The period of performance would consists of one 12 month base year plus four 12 month option years. The contract type is anticipated to be Cost Plus Fixed Fee Term Type. The estimated Level of Effort for the five years is estimated to at 340,000.00 man-hours. Approximately 65% of the work will be conducted at the contractor site and 35% at the government site. The contractor facility shall be within 50 ground transportation miles of NAWCAD St. Inigoes, MD. The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act. The anticipated NAICS Code is 541330 with a Small Business Size of $27.0 Million. It is anticipated that the basis for award of the resultant contract will be best value to the Government, cost and non-cost factors considered. A DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have or demonstrate ability to obtain a “Secret” Facility Clearance and “Secret” Safeguarding. Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist in Microsoft Word or Portable Document Format (PDF) at steven.m.williams2@navy.mil by 28 July 2009. All data received in response to this sources sought, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. 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 these Sources Sought.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/1300129551/listing.html)
 
Place of Performance
Address: 8115 Villa Road, St. Inigoes, Maryland, 20684, United States
Zip Code: 20684
 
Record
SN01876322-W 20090717/090716000157-a9157925893bba26a24cbd5ddf16b2d9 (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.