Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2010 FBO #3298
MODIFICATION

J -- Target Operations and Maintenance (O&M) Sources Sought

Notice Date
12/3/2010
 
Notice Type
Modification/Amendment
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
N68936 NAVAL AIR WARFARE CENTER WEAPONS DIVISION DEPT.3 Naval Air Warfare Center Weapons Division Dept. 3 575 I Ave, Suite 1 Point Mugu, CA
 
ZIP Code
00000
 
Solicitation Number
N6893611R0021
 
Response Due
1/14/2011
 
Archive Date
1/14/2012
 
Point of Contact
Jennifer Barneby 805-989-7355 Anita Dale-805-989-4012
 
E-Mail Address
Jennifer Barneby
(Jennifer.barneby@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought technical description to determine the availability and technical capability of small businesses to provide a multi-skilled workforce that will perform target operations support, maintenance support, all tasks related to maintenance and operational support, as well as management of materials, supplies, tools and equipment provided by the government in support of Fleet and Test & Evaluation (T&E) requirements. The primary focus of this notice is to identify interested firms for information and planning purposes only. The work is currently being performed by Systems Application & Technologies (SA-TECH) Incorporated, under Cost Plus Award Fee (CPAF) order GM01 to contract N00178-04-D-4118. This is available at http://foia.navair.navy.mil. The objective is to compete the requirement after considering the information submitted in response to this Sources Sought Synopsis. The requirement is under NAICS 336411 and size standard 1,500 employees. Interested parties are requested to submit information that demonstrates they are capable of providing operation and maintenance support for all aerial, seaborne and land based target systems (subscale, tows, surface and kits); providing support to operational engineering; providing Range boundary operations; effecting target systems to satisfy unique Fleet and T&E programs requirements. Interested parties must possess the ability to obtain a SECRET clearance. The work shall be performed primarily at NAWCWD Point Mugu and China Lake, California; NSWC Port Hueneme, California; White Sands Missile Range, New Mexico; and Pacific Missile Range Facility, Hawaii.. In addition, all functional areas are subject to occasional off-site requirements including worldwide target service locations. In order for companies to specifically respond to this sources sought, a draft Performance Work Statement (PWS) is available electronically as an attachment to this synopsis. Should you be unable to access the attachment, please request a copy of the draft from Jennifer Barneby, 805-989-7355, jennifer.barneby@navy.mil. If a contract is awarded for this effort, the Government anticipates using a cost plus fixed fee (CPFF) contract. The contract period is anticipated to consist of one base year with up to four one-year option periods for a total five year performance period beginning 01 July 2012. The anticipated level of effort is eighty seven (87) full time equivalents (FTE) per year. However, contract type, duration, and level of effort could change. A solicitation is expected to be released in February 2012. Interested parties are requested to submit a white paper outlining their capabilities to perform the work described above. Submittals should include the following information: (1)A reference to Solicitation number N68936-11-R-0021 and the title of this announcement Target Operations and Maintenance (O&M) Sources Sought . (2)Company name and address. (3)Name, phone, fax, and email of company representative. (4)Name of key personnel. (5)If a U.S. or foreign company. (6)Company size and whether or not your firm qualifies as a small business in any of the small business subcategories (e.g. Service-Disabled Veteran-Owned, HUBZone, 8(a)). (7)If contemplating a teaming arrangement or joint venture. (8)Outline manned and remote controlled aerial, seaborne and land target experience over the past five years. (9)DCAA or DCMA points of contact. (10)All specific and pertinent information that addresses the technical requirements for which capability is being sought and that would enhance our consideration and evaluation of the information submitted. Interested parties should appropriately mark any data or information submitted with proprietary or restricted data rights legends if such markings are required. Submittals shall be no longer than ten (10) pages and electronically submitted to jennifer.barneby@navy.mil before 4:30 PM Pacific time on 14 January 2011. Interested parties are strongly encouraged to review the draft PWS before preparing submittals. Submittals are capabilities statements for consideration by the Government in acquisition planning. Interested parties are advised that the information submitted may not be used for a procurement action. 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 the preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary. There will be no formal acknowledgement or response provided to firms that submit information responding to this announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68936D3/N6893611R0021/listing.html)
 
Record
SN02338007-W 20101205/101203233909-b6feb3edddd18b682fa23a44817c0010 (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.