Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2011 FBO #3473
SOURCES SOUGHT

R -- Enginering Services - Package #1

Notice Date
5/27/2011
 
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
05272011
 
Archive Date
7/12/2011
 
Point of Contact
Nathaniel Miles Dean, Phone: 3017579720
 
E-Mail Address
nathaniel.dean@navy.mil
(nathaniel.dean@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
PWS SOURCES SOUGHT: THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL: Sources Sought are a market research tool 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 R425 and 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/. 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 Flight Test Engineering, Squadron, and Programmatic (FTSEP) support effort is established to provide flight test engineering, squadron, and programmatic support. The principal focus is support of Integrated Program Teams (IPT), externally directed teams and enterprise teams. Departmental personnel lead and manage the T&E efforts and are responsible for design, documentation, and maintaining the currency of the T&E processes, for identification of critical program test elements; for ensuring engineering veracity of the test data, for definition of functional requirements for future test facilities, equipment, and instrumentation requirements. Personnel support the IPT through participation in the development of system specifications and program T&E planning documents and product functional requirements. ISEET is also responsible for training the personnel in support of the IPTs. The contractor will be required to assist: Program/project management support, test planning, test execution, test reporting, and administrative and management support services in support of the ISEET Department (AIR 5.1). The contractor shall ensure testing requirements are cost effective, feasible, supportable, and satisfy program/project requirements. The contractor shall ensure that all work is performed professionally and with a high degree of quality. The contractor shall provide subject matter expertise as needed for the planning, budgeting, coordination, administration, and management of high-visibility and/or department-wide programs, including special projects of limited duration or other projects as assigned. These services will be in support of the ISEET (AIR 5.1), Atlantic Test Ranges and AIR Vehicle Modification and Instrumentation of the NAVAIR Range Department (5.2), the Atlantic Target and Marine Operations Division of the NAVAIR Threat/Target Systems Department (5.3), and the Integrated Battlespace Simulation and Test Department (AIR 5.4). The performance of services is described in the attached Draft Performance Based Statement of Work (PBSOW). ANTICIPATED PERIOD OF PERFORMANCE 5 Year Ordering Period REQUIREMENTS See attached Draft (PBSOW). The Contract Type is anticipated to be a Cost Plus Fixed Fee (CPFF) & Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) 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 15 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 tasks as outlined in the draft statement of work? b. Resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located at Patuxent River. Staffing plan should address current hires available for assignment, possible subcontracting/teaming arrangements, and strategy (contingency hires) for recruiting and retaining qualified personnel. c. Statement regarding capability to obtain the required industrial security clearances for personnel. d. Company's ability to begin performance upon contract award. (2) Describe experience and capabilities in regards to your company's ability to bid for Task Order Competitions and provide quick turnarounds in response to Task Order Requests for Proposals (TORPs). Additionally, provide information on your companies bidding procedures in regards to its accuracy, speed, and quality. (3) 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. 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 June 24, 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/N00421/05272011/listing.html)
 
Record
SN02458950-W 20110529/110527234115-f3f4df3dff46688ffcd14547899f5dda (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.