Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2011 FBO #3542
SOURCES SOUGHT

J -- Reconfigurable Transportable Consolidated Automated Support System( RTCASS) Contractor Logistics Support (CLS) Request for Information - N68335-11-RFI-0224 draft Attachments

Notice Date
8/4/2011
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-11-RFI-0224
 
Archive Date
8/26/2011
 
Point of Contact
Alan McCarty, Phone: 732-323-2869, Allen L Bresley, Phone: (732) 323-4068
 
E-Mail Address
alan.mccarty@navy.mil, allen.bresley@navy.mil
(alan.mccarty@navy.mil, allen.bresley@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Exhibit A CDRLs Attachment F Attachment E Attachment D Attachment C Attachment B Attachment A Draft SOW RTCASS Contractor Logistics Support (CLS) Request for Information. THIS IS A REQUEST FOR INFORMATION. THERE IS NO SOLICITATION PACKAGE AVAILABLE. NAVAIR Lakehurst is seeking potential sources and industry comments / feedback for the potential acquisition of Contractor Logistics Support (CLS) services to include maintenance and support services necessary to ensure component availability for consumable items and a 30 day Repair Turn-Around-Time (RTAT) for repairable components for the Reconfigurable Transportable Consolidated Automated Support System (RTCASS). These systems and components are located in the Fleet as well as land based sites in CONUS (Continental US) and OCONUS (Outside Continental US) locations. The Navy intends to procure these support services on a CPFF basis. The period of performance shall be 1 year, with two one-year option periods, potentially totaling three years for the entire contract performance. All attachments enclosed are based on the Government's currently available data and are subject to change prior to the solicitation being released and prior to award. Attached is a draft Statement of Work (SOW) and notional Schedule B that includes the CLINs and pricing structure. Also attached are the draft CDRLS, a list of the likely Government Furnished Property (GFP) to be stocked and maintained, lists of part numbers/items that illustrate what potentially needs to be supported for each system along with the available demand and failure data. The documents included are listed as follows: 1. Draft Statement of Work (including CLINs/pricing structure) RTCASS 2012 CLS DRAFT SOW 13JUN11.docx 2. Draft CDRLs Exhibit A - CDRLs.docx 3. NAVSUP clauses Attachment A - NAVSUP clauses.docx 4. WEBCAV Statement of Work (SOW Attachment B - WEBCAV SOW.docx 5. RTCASS Parts Lists Attachment C - Parts List.docx 6. Government Furnished Property (GFP) Attachment D - GFP.docx 7. RTCASS Repair Demand/Failure Data Attachment E - Repair Demand Data.docx 8. RTCASS Fielding Profile Attachment F - RTCASS Fielding Profile.docx The draft attachments will appear on the NAVAIR homepage located at http://www.navair.navy.mil. Select the tab "Business Opportunities" and then "Open Solicitations", under document number N68335-11-RFI-0224. Please provide written feedback on this proposed solicitation including all of the attachments enclosed. All comments or discussions pertaining to improving or enhancing the procurement that industry feels to be necessary should be submitted. Possible topics that are of interest to the Government are: •Innovative ideas for handling technology refresh and obsolescence issues. •Ideas on handling residual spares that may be remaining at the end of this contract. •Ideas on handling transition from previous contract to this contract. oShould a ramp-up period be included, if so, how should it be handled? •Thoughts on additional data that would prove helpful or beneficial to promote maximum cost effectiveness. o How long would a non-incumbent contractor need from date of award until full performance responsibility? •Thoughts on improving pricing structure / CLINS. o Is there a better approach for pricing of FMS customer support? Also, the Government would like feedback on the inclusion of FAR 52.216-4, Economic Price Adjustment, whether it should be included and what type of value it would add. It is preferred that comments / information, are to be sent in writing, within twenty-one (21) days after the released date of this Request for Information. This Request For Information is issued for the purpose of determining market interest, feasibility, and capability of sources and does not constitute a request for proposal. This announcement is not a solicitation and is not a request for proposal. Availability of any formal solicitation will be announced under a separate Federal Business opportunities announcement. The NAICS code is 811219 and the FSC code is J066. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. Each response must reference this notice. No contract will be awarded from this announcement. Information herein is based on the best information available at the time of publication, is subject to revision, and is not binding upon the Government. The Government WILL NOT PAY for any information received in response to this request for information nor will the Government compensate the respondent for any cost incurred in developing information for the Government. The Government will not release any information marked with a Proprietary legend, received in response to this Request For Information, to any firm, agency, or individual outside the Government without written permission in accordance with the legend. It is requested that information be submitted within 21 days after publication of this notice. Any request for copies of solicitations will not be addressed since this is a request for information, not a request for proposal. It is requested that information be submitted to: Alan McCarty, Naval Air Warfare Center Aircraft Division, Code 2.5.2.2.1.3AM, Highway 547 Bldg 562-3C, Lakehurst, NJ 08733-5000, or by electronic mail to: alan.mccarty@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-11-RFI-0224/listing.html)
 
Place of Performance
Address: To Be Determined, United States
 
Record
SN02522145-W 20110806/110804235321-58cc603886a219e38f8e97169135e154 (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.