Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2011 FBO #3434
SOLICITATION NOTICE

R -- Sources Sought - Package #1

Notice Date
4/18/2011
 
Notice Type
Presolicitation
 
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
0418201102
 
Archive Date
6/2/2011
 
Point of Contact
Nathaniel Miles Dean, Phone: 3017579720, Margaret A Coberly, Phone: (301) 342-9970
 
E-Mail Address
nathaniel.dean@navy.mil, margaret.coberly@navy.mil
(nathaniel.dean@navy.mil, margaret.coberly@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
DRAFT PBSOW SOURCES SOUGHT THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL: It is a market research tool being used to determine potential and eligible business firms that are capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The PSC for this requirement is AD26; however, there are additional opportunities (i.e. teaming) for companies who predominantly work under PSC codes R425 or K020. The NAICS for this requirement is 541330 with a size standard of 27 million. All interested businesses are encouraged to respond. 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. In addition, this market research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a solicitation. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website and the NAWCAD Central website at http://www.navair.navy.mil/, or the Navy's electronic platform for acquiring services (Seaport) at http://www.seaport.navy.mil/default.aspx. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. INTRODUCTION Requirement Overview: The contractor will be required to assist: The Atlantic Test Range (ATR) designs, develops, integrates, installs, maintains, and operates all test range instrumentation, communications and digital data acquisition and processing systems at the Naval Air Systems Command (NAVAIR) at the Naval Air Station in Patuxent River, MD. Range instrumentation includes test data acquisition, surveillance, and tracking radars, special purpose electronic combat emitters, video graphic and photographic instrumentation, real-time telemetry systems, laser tracking systems, and electro optical tracking systems. The ATR provides flight test event control and range safety functions, provides frequency management services, and coordinates Patuxent River Special Use Airspace (SUA). The Atlantic Test and Marine Operations (ATMO) Division supports test and evaluation and fleet training by providing land, sea and aerial target services. The division provides the personnel, maritime support vessels, and test assets to support the range safety clearance function, to deploy and recover land, sea and aerial targets, to design and fabricate prototype land and sea targets, to perform underwater and land test-article recovery operations, and to prepare and plan for full-scale sea target hulks utilized in Weapons Effects Testing (WET) to conduct at sea testing. The performance of services is described in the attached Draft Performance Based Statement of Work (PBSOW). Note: The ATR/ATMO effort described within this sources sought is currently combined with effort related to the Air Vehicle Modification and Instrumentation Branch at NAVAIR under the current contract, N00178-04-D-4030-M801. For this follow-on effort, the AVMI tasking has been removed and will be procured under a separate competitive procurement. ANTICIPATED PERIOD OF PERFORMANCE One (1) Base Year with four (4) one (1) Year Options REQUIREMENTS See attached Draft (PBSOW). The Contract Type is anticipated to be a Cost Plus Fixed Fee (CPFF), with an estimated total Level of Effort of approximately 3,854,800 man-hours, consisting of between 738,200 and 789,600 man-hours per year over a period of five years. These services shall be performed on-site at Naval Air Station Patuxent River, MD and a variety of other locations (please see attached PBSOW). Labor requirements: As stated in the attached Draft PBSOW. SUBMITTAL INFORMATION It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 30 pages in length, 12 point font minimum, 1.5 spaced) demonstrating ability to perform the services listed in the attached Draft PBSOW. Additionally, in your response include a company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. (This profile does not count against "the not to exceed page limit") This documentation must address, at a minimum, the following: (1) Provide the type of work your company has performed in the past in support of same/similar requirement(s)? Include information such as contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government point of contact and current telephone number, and a brief description of how the contract referenced relates to the technical services described herein; a. Describe the specific technical skill and experience which your company possesses which will ensure capability to perform the operational, maintenance and developmental tasks as outlined in the draft statement of work? Please focus responses on the following areas: i. operating, and supporting foreign weapons systems, threat simulators, and Radar Cross Section and Signatures Measurements; ii. performing System Administration (SA) of classified and unclassified range instrumentation and data acquisition, processing, and display systems; iii. performing systems engineering in support of sustaining, modernizing, and improving existing and new range capabilities. b. Describe experience and capabilities in regards to the design and fabrication of land and sea targets, deployment and maintenance of land, sea, and aerial targets (land & sea based), and operation of offshore support vessels throughout CONUS and OCONUS locations? If so, provide example. c. Describe experience and capabilities in regards to the management of range operations and maintenance support. Focus the response on technical engineering development services in a cost effective, timely, and contract conforming manner? Please provide specific examples based on previous projects (2) Describe experience and capabilities in regards to your company's ability to manage a task of this nature and size. In your response, provide details of your plan for ensuring the resultant contract would be staffed with qualified personnel. Staffing plan should address current hires available for assignment, possible subcontracting/teaming arrangements, and strategy (contingency hires) for recruiting and retaining qualified personnel (3) Describe experience and capabilities in regards to providing support under varying operation tempos, such as ramped up manning and decreased manning for different times of the year? Describe how your company would apply manpower to meet surge workloads and prioritize sources for obtaining manpower; provide examples. (4) Please note that under a Small Business Set-Aside, the small business prime must perform at least 50% of the work themselves in terms of cost of performance. Cost of performance includes direct labor costs, overhead that has only direct labor as its base, and the small business' General & Administrative rate multiplied by the labor cost. Provide an explanation of your company's ability/plan to perform at least 50% of the overall effort. (5) Provide comments and questions regarding any restrictive or confusing aspects of the Performance Base Statement of Work (SOW). (This portion of your response does not count against the 30 page limit; however, questions should be limited to an additional 3 pages maximum) The capability statement package shall be sent by mail to Nathaniel Dean, Contract Specialist, AIR-2.5, Code 2.5.1.7.1.4 Building 441, 21983 Bundy Road, and Patuxent River MD 20670 or via email at Nathaniel.Dean@navy.mil. Submissions must be received at the office cited no later than 3:00 p.m. Eastern Standard Time on May 18, 2011. Questions or comments regarding this notice may be addressed to Nathaniel Dean at 301-757-9720 or via email at Nathaniel.Dean@navy.mil All responses must include the following information: Company Name; Company Address; Company Business Size; and Point-of-Contact (POC) name, phone number, fax number, and e-mail address. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSALS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/0418201102/listing.html)
 
Record
SN02426960-W 20110420/110418234115-676fd7bce895d19d110a647399ac2b9f (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.