SOLICITATION NOTICE
J -- Operations and Maintenance of Aerial and Seaborne Assets
- Notice Date
- 2/22/2012
- Notice Type
- Presolicitation
- 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
- N6893612R0075
- Response Due
- 3/1/2012
- Archive Date
- 3/1/2013
- Point of Contact
- Jennifer Barneby (805) 989-7355
- E-Mail Address
-
Jennifer Barneby
(jennifer.barneby@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The Naval Air Warfare Center Weapons Division (NAWCWD), Point Mugu, CA, intends to procure and award on an other than full and open competition basis, a Cost Plus Fixed Fee (CPFF) contract, with Firm Fixed Price managerial labor to Systems Application & Technologies, Inc. (SA-TECH). This acquisition is for a bridge contract from 6 June 2012 to 5 November 2012 for the Pacific Marine and Target Operations (PTMO) Division of the Threat/Target Systems Department located at Point Mugu, CA. The procurement is for operations and maintenance of aerial and seaborne assets. This includes air and sea vehicles and vessels used for manned and unmanned training and test events. Aerial assets include subsonic and supersonic aerial targets. Seaborne assets include a combination of target and training support vessels. SA-TECH is the only firm who can provide the required support services mentioned above without an unacceptable delay in fulfilling the Government's requirements. This bridge contract will allow the Government sufficient time to effectively procure a competitive follow on, performance-based contract. This notice is NOT a request for competitive proposals; however, any firms believing they can fulfill this requirement may submit a written response within 15 days of the posting of this synopsis. The written response to this notice shall reference solicitation number N68936-12-R-0075 and clearly show the firm ™s capability, background, experience and assets necessary to perform the required work tasks mentioned above without compromising the quality, accuracy, reliability and delivery of the services. Written responses shall be submitted by email to jennifer.barneby@navy.mil. Award is anticipated on or about 1 June 2012. The solicitation document will contain technical data that have been designated as "Military Critical Technical Data." Only businesses that have been certified by the Department of Defense, United States/Canada Joint Certification Office and have a valid requirement may have a copy of the technical data package (TDP). All requests for copies of the TDP must include a certified copy of form DD 2345, Militarily Critical Technical Data Agreement. To obtain certification, contact: Commander, Defense Logistics Information Services, (DLIS), ATTN: U.S./Canada Joint Certification office, 74 Washington Ave., North, Battle Creek, MI 49017-3084 or call DLIS at (800) 352-3572. The DLIS U.S./Canada Joint Certification Lookup is available via Internet at http://www.dlis.dla.mil/ccal. Requests for the TDP shall be made through FBO via the solicitation posting. See Numbered Notes 8, 22 and 26
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68936D3/N6893612R0075/listing.html)
- Record
- SN02680448-W 20120224/120222234916-369b9744f2c0068a090cb51d4b769127 (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 |