Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 07, 2009 FBO #2905
SOURCES SOUGHT

J -- Naval Test Wing RDT&E Aircraft Maintenance Support Requirement - Sources Sought Attachments

Notice Date
11/5/2009
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
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
N00421-09-R-0140a
 
Archive Date
12/4/2009
 
Point of Contact
Chris Woehrer, Phone: (301) 757-9785
 
E-Mail Address
chris.woehrer@navy.mil
(chris.woehrer@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft SOW NTWL Draft SOW NTWP Appendix L Appendix K Appendix J Appendix I Appendix H Appendix G Appendix F Appendix E Appendix D Appendix C Appendix B Appendix A The Naval Air Systems Command, Naval Air Warfare Center Aircraft Division (NAWCAD) has a requirement for RDT&E aircraft maintenance support services in for the Naval Test Wing Pacific (NTWP), Pt. Mugu, CA and China Lake, CA and the Naval Test Wing Atlantic (NTWL), Patuxent River, MD. This effort will be solicited under one Request for Proposal and will result in split contract awards, one for NTWL and one for NTWP. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible small business firms capable of providing services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The NAICS for this requirement is 488190 with a size standard of $7M. This support is currently being performed under separate contracts by the incumbent contractors listed below: DynCorp International LLC / F34601-97-D-0422, Delivery Order 0217 AECOM Government Services Inc./ FA8108-09-D-0001, Delivery Order 0006 Northrop Grumman Technical Services/ FA8108-09-D-0007, Delivery Order 0001 VSE Corporation/ FA8108-09-D-0011, Delivery Order 0013 THIS SOURCES SOUGHT IS A CORRECTION TO A PREVIOUS SOURCHES SOUGHT SYNOPSIS THAT INCORRECTLY SIGHTED "CLASSIFICATION CODE: A-- RESEARCH AND DEVELOPMENT" THE CORRECT CLASSIFICATION CODE: J-- MAINTENANCE, REPAIR, AND REBUILDING OF EQUIPMENT. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. Set Aside: TBD Contract Type: The contract award is anticipated to be an C- type contract possibly consisting of cost-plus fixed fee, Time & Material and Firm Fixed price labor CLINs and Travel and Material. Award will be made on a best value determination. Attachments: Draft Performance Work Statement for NTWL Draft Performance Work Statement for NTWP REQUIREMENTS: See Attached Draft Performance Work Statements SUBMITTAL INFORMATION: It is requested that interested small businesses submit to the contracting office a brief capabilities statement package (not more than 15 pages in length, single spaced, and 12 point font minimum) for the attached PWS/SOW. The capabilities statement shall demonstrate the company’s ability to perform the services in the attached PWS/SOW. This document 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 value, Government point of contact, and a brief description of how the referenced contract relates to the services described in the PWS/SOW, 2) company profile to include number of employees, annual revenue history, office location, DUNS number and a statement regarding current small business size status, 3) company’s ability to perform 50% of the work, 4) company’s ability to begin performance upon the anticipated contract award date of 10 February 2011. The capability statement package may be sent by mail to NAWC-AD Contracts, Attention: Chris Woehrer, Code 2.5.1.7.2.1, Building 441, Naval Air Systems Command, 21983 Bundy Road, Patuxent River, MD 20670 or by email to Chris.Woehrer@navy.mil. Submissions must be received at the office cited no later than 2:00 P.M. Eastern Standard Time, on 19 November 2009. All responses must include the following information: Company Name, Company Address, Company Business Size, and Point of Contact name, phone number, fax number and email address.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-09-R-0140a/listing.html)
 
Place of Performance
Address: China Lake, CA, Pt. Mugu, CA, Patuxent River, MD, United States
 
Record
SN01999184-W 20091107/091106000200-680c6557530c7f1b717400b01515a888 (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.