Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2010 FBO #3178
SOURCES SOUGHT

R -- Command Operations and Strategic Leadership Support - N00421-10-R-1051 Sources Sought Attachments

Notice Date
8/5/2010
 
Notice Type
Sources Sought
 
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
N00421-10-R-1051
 
Archive Date
9/4/2010
 
Point of Contact
Melinda K Stann, Phone: (301) 757-6526, Joseph L Mattingly, Phone: (301) 995-4038
 
E-Mail Address
melinda.stann@navy.mil, joseph.mattingly@navy.mil
(melinda.stann@navy.mil, joseph.mattingly@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft Personnel Qualifications Draft Performance Based Work Statement In addition to the information below, please see the attached Draft Performance Based Work Statement and Draft Personnel Qualifications. THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE. Please do not include company brochures or other marketing information. This is a SOURCES SOUGHT for Contract Support Services, Command Operations and Strategic Leadership Supports to determine the availability and technical capability of small businesses (including the following socioeconomic categories: HUBZone Concerns; Certified 8(a) Concerns, Service-Disabled Veteran-Owned Small Businesses Concerns) to provide the required services. The Naval Air Warfare Center Aircraft Division Contracts Department (AIR 2.5.1.5), Patuxent River, MD is seeking information for potential sources regarding small business opportunities to fulfill a requirement to provide support services to the the Naval Air Systems Command (NAVAIR), its resource sponsors, Naval Air Forces and other fleet and Navy commands when appropriate. This effort includes a broad spectrum of support including: strategic planning, strategic and operational research and analysis, Base Realignment and Closure (BRAC) Commission planning and execution for the NAVAIR Washington Liaison Office (WLO), executive board and goal implementation support, fleet and acquisition process improvement training, business operations for transformational naval warfare analysis and assessments; and executive management staff support including the development of the Naval Aviation News Magazine. This will include support to the Command Operations and NAVAIR Command Strategic Leadership Support (SLS) staff, the Process Improvement Branch, the Air Warfare Analysis Branch and the NAVAIR WLO. 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: Approximately 70% of effort at Government (On-site) in Patuxent River, MD, and 30% in Arlington, Va.(On-site) DISCLAIMER 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. PROGRAM BACKGROUND: This work is currently being performed under Firm Fixed Price (FFP) task orders with cost reimbursable line items for Material, Travel and NMCI issued against NAVAIR Contract N00421-06-D-0037. The incumbent Contractor is Omnitec Solutions, Inc, 6701 Democracy Blvd, Suite 300, Bethesda, MD 20817. The NAVAIR Freedom of Information Act (FOIA) website is available at http://foia.navair.navy.mil. REQUIRED CAPABILITIES: See the attached draft Performance Based Work Statement (PBWS) and Personnel Qualifications. Statement of capabilities should address the interested party's knowledge of NAVAIR Headquarters (HQ) strategic planning process, experience working with senior leadership, and the management approach associated with the tasking indentified in the draft PBWS. Parties should specifically demonstrate their breadth and scope of knowledge, understanding, and/or experience related to, or similar to, the areas outlined below from the PBWS. The capability statement should also address the interested party's ability to provide resources that could satisfy, at a minimum, the key labor qualifications as outlined in the attached document. Parties should also address the approach to assignment of personal resources and contractor performance in accordance with FAR 52.219-14. • Design, draft and manage the production of Navy vision and supporting strategic documents for Navy Enterprises and Echelon I commands. • Training development, analysis support and project management for Continous Process Improvement (CPI) efforts in support of DoN maintenance and supply chain management. • Provide project management and operations support to include the design, development, and completion of four issues of Naval Aviation News magazine per year. • Provide BRAC planning, administrative and operational support staff to facilitate daily operations of the NAVAIR Washington Liaison Office (WLO) • Support strategic priorities by facilitating study teams, interviewing leadership and preparing documentation for updated organizational policy, guidance, etc. (Competency Aligned Organization (CAO)/Integrated Product Team (IPT)) • Support NAVAIR and OPNAV leadership in the development of identifying naval warfare analysis requirements / documentation and executing the analytical agenda. • Perform business assessments and provide business insight reports on industry defense prime contractors, their interdependencies, and trends. In order to determine the availability and technical capabilities of small business, the Government will assess the contractor's demonstrated capability to perform the task outlined in the PBWS and the specific areas noted above. SPECIAL REQUIREMENTS Any resulting contract is anticipated to have a security classification level of Secret. All personnel assigned to task orders under resultant must be able to obtain a secret clearance within 6 months of contract award. ELIGIBILITY The applicable NAICS code for this requirement is 541611 Administrative Management and General Management Consulting Services with a size standard of $7M. SUBMISSION DETAILS Interested businesses shall submit responses by e-mail to Ms. Mindi Stann, Procuring Contracting Officer at melinda.stann@navy.mil. Please submit all questions to Mindi Stann at melinda.stann@navy.mil and J. Larry Mattingly at joseph.mattingly@navy.mil. No phone or e-mail solicitations with regards to the status of the RFP will be accepted prior to its release. All statements of capabilities shall be received at this office no later than 2:00 p.m. Eastern Time on 20 August 2010 and reference this synopsis number on both the e-mail as well as on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. Interested businesses should submit a corporate overview with past experience (within the past three years) that demonstrates the ability to perform the entire PBWS. The capabilities package should utilize Microsoft Word and be no more than 25 pages, size 8.5 X 11 inches, font no smaller than 10 point, single-spaced. The capabilities package should demonstrate the Prime contractors ability to perform the services listed in the PBWS. All responses shall include Company Name, Company Address, Company Business Size, and Points-of-Contact (POC) including name, phone number, fax number, e-mail address; capabilities statement should include discussion of similar work completed and prior contract award numbers as applicable. The estimated level of effort for this requirement is 350,000 hours over a five (5) year period. A determination has not yet been made as to the contract type. It is anticipated that a single source IDIQ contract will be issued that will allow for FFP labor line items and cost reimbursable line items for Material, Travel and NMCI. The contract is anticipated to include a base year and four one-year option periods. The period of performance is anticipated to commence 18 September 2011. NO SOLICITATION DOCUMENTS EXIST AT THIS TIME. The solicitation is projected to be released in November 2010. If you have questions concerning this source sought please contact Mindi Stann via e-mail at melinda.stann@navy.mil and J. Larry Mattingly at joseph.mattingly@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-10-R-1051/listing.html)
 
Place of Performance
Address: Approximately 70% Patuxent River, MD (on-site) and 30% in Arlington, VA (on-site)., Patuxent River, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN02229690-W 20100807/100805234926-5f927c5d45c25dc0fd0f1314c1ed5ef1 (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.