Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 15, 2010 FBO #2974
SOURCES SOUGHT

R -- Engineering, Technical and Management Support Services for Ship and Shore Based Electronics Systems (S&SBES) Competency, St. Inigoes, MD. - Personnel Qualifications - PWS

Notice Date
1/13/2010
 
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
N00421-10-R-1022
 
Archive Date
2/12/2010
 
Point of Contact
Ronald A Hickman, Phone: (301) 342-9401, Josephine A Scully, Phone: (301) 995-8117
 
E-Mail Address
ronald.a.hickman@navy.mil, josephine.scully@navy.mil
(ronald.a.hickman@navy.mil, josephine.scully@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft Performance Work Statement Suggested Personnel Qualifications “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 engineering, technical and management support services in response to specific delivery orders. Engineering, technical and management support services so ordered shall support the S&SBES Competency, St. Inigoes, in full spectrum development, systems engineering, systems integration, software support and life cycle support for various communications, electronic, information technology, and command and control systems. These general support elements include, but are not limited to: graphics and multimedia support; reports processing services, web page development and maintenance; operation, evaluation and maintenance of classified and unclassified computer hardware systems and unclassified software systems, including servers and routers; software development and documentation for adaptations to S&SBES programs; installation and maintenance of hardware and cabling associated with scientific and technology engineering networks; installation and maintenance of electronic security systems; engineering and technical support for operations of an Outdoor Antenna Range and Environmental Testing laboratory; various program management services including monitoring of project status and financial reports, local telephone administration, operation and administration of technical libraries performing market research, performing advanced planning functions to include engineering analyses, facility planning requirements, efficiency studies and business development investigations, and preparation of associated reports and recommendations. This requirement is a follow-on procurement to contract N00421-05-D-0048 currently being performed by Compliance Corp. located at 21617 South Essex Drive, Suite 34, Lexington Park, MD. 20653. A draft Performance Work Statement (PWS) and Personnel Qualifications is attached for review. Feedback from industry is being sought on the PWS and the Personnel Qualifications. Industry is also being solicited to suggest performance metrics related to each PWS task area. In addition to providing comments on the PWS 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 your company or has your company managed a task of this nature? If so, please provide details. 3.) Can your company 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 your company’s capability to perform the tasks? 5.) Provide an explanation of your company’s ability to perform at least 50% of 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, Veteran Owned, or Service Disabled Veteran-Owned Small Business Concern. The period of performance shall consist of one base year plus four one year options with performance commencing approximately 15 July 2010. The contract type is anticipated to be Cost Plus Fixed Fee IDIQ. The estimated Level of Effort for the five years is estimated to be 335,000 man-hours. Approximately 10% of the work will be conducted at the contractor site and 90% at the government site. The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act. The suggested Personnel Qualifications are attached for review. The potential NAICS Codes 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. The government intends that the prime contractor subcontract at least 20% of the resultant task order values to qualified small business concerns. 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 capability. 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 ronald.a.hickman@navy.mil by 27 January 2010. 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/N00421/N00421-10-R-1022/listing.html)
 
Place of Performance
Address: Naval Air Warfare Center, Villa Rd, Webster Field, St. Inigoes, Maryland, 20684, United States
Zip Code: 20684
 
Record
SN02041893-W 20100115/100113235511-a25516b5c44ae7c143b26e4c6671fa1b (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.