Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2015 FBO #4944
SOURCES SOUGHT

J -- N66001-14-D-0041

Notice Date
6/5/2015
 
Notice Type
Sources Sought
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
SSC-Pacific_MKTSVY_106282
 
Response Due
6/23/2015
 
Archive Date
7/8/2015
 
Point of Contact
Point of Contact - Richard R Hammersmith, Contract Specialist, 619-553-4482
 
E-Mail Address
Contract Specialist
(richard.hammersmith1@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
REFERENCE NUMBER: N66001-14-D-0041 **LARGE BUSINESSES DO NOT NEED TO RESPOND TO THIS NOTICE** 1. This Market Survey is issued for the purpose of determining Small Business capabilities. Space and Naval Warfare Systems Center, San Diego (SSC PACIFIC) intends to award a sole source modification to increase the contract ceiling on contract N66001-14-D-0041 to provide for continuity of services until a competive follow-on contract can be awarded. 2. The the Performance Work Statement for contract N66001-14-D-0041 is attached. The incumbent contractor is Centurum Technology, Inc. A.SSC Pacific is issuing this Market Survey to determine Small Business capabilities and is soliciting information to provide Depot services without a disruption of current support. B.The Government anticipates this effort to be CPFF type pricing. C.The Governments estimated level of effort for this procurement, based upon Full Time Equivalents (FTEs) will be approximately 67 per year. Each FTE is estimated to be 2080 hours per year. The estimated period of performance is 18 months. D.The Governments estimated dollar range for this effort is: >$10M - $20M E. The applicable NAICS code is 334290 with a size standard of 750 employees. 3. Responses shall be prepared so that when printed, they meet the following requirements: 8.5x11 inch paper, single- spaced typed lines, 1 inch margins, 12 point Times New Roman font. Tables may use 10-point font. Graphics or pictures are not allowed. Illustrations such as tables, flowcharts, organizational charts, process charts or other similar type informational charts may be used, and they will be counted against the page count limitations. Text entered into Attachment 1 shall be single spaced Times New Roman 10 point font. Respondents are responsible for ensuring the legibility of all table, charts, etc., and should assume that when their response is printed or copied, it will be done in black and white. When submitted, the format of Table 1 shall not be changed from how it appears in this document. 4. Responses shall include a Corporate Description section, a Corporate Experience section, and a Ramp-up Rationale Section as described below. Section 1: Corporate Description. Capability Responses must include all of the following information (2 page limit): (1) Name of firm (2) State the respondents size status and whether the respondent is registered in applicable NAICS code listed in paragraph 2E above. (3) Ownership, including whether:, Small, Small Disadvantaged, 8(a), Women- Owned, HUBZone, Veteran Owned and/or Service Disabled Veteran-Owned Business; (4) Two points of contact, including: Name, title, phone, and e-mail address (5) CAGE Code and DUNS Number (6) Affiliate information, including parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime). (7) A completed Table 1. Table 1is a listing the percentage of work a respondent can perform with respect to the stated requirements based on the respondents capabilities. This is an assessment/ analysis of a respondents independent abilities as to what they can or cannot perform exclusive of any potential subcontractor/team member information. Do not include any documentation or percentages for any company other than your own. For respondents planning to propose a teaming arrangement that complies with the requirements set forth in FAR clause 52.219-27 (Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011), Table 1 must be completed for each of the teaming partners. In this case, additional Table 1 listings may be submitted on additional pages, but those additional pages shall only contain those additional tables no additional narrative is permitted on these extra pages beyond a one line caption for each table. Respondents shall fill in Columns B and C of Table 1. a. The percentages listed in Column A represent the governments estimated percentage of effort in each technical area that will be required relative to the overall effort of the contract. b. Entries in Column B reflect the percentage work in each technical area that a respondent can accomplish as described above. The values in each of the rows of this column will be between 0 and 100%. c. Values in Column C represent the percentages of the overall contract that the respondent can accomplish in each task area. For each task area, this is determined by multiplying the percentage listed in Column A with the percentage entered in Column B. The sum of the values in Column C represents the percentage of the overall contract that the respondent can accomplish. This value cannot exceed 100%. TABLE 1 Respondents Level of Effort Capability Functional AreaTasking Description (with PWS Paragraph Reference) Column A Percentage of Functional Area Effort in the Overall Task (Gov Est)Column B Respondents Projected Level of Effort in each Functional Area (%)Column C Respondents Projected Level of Overall Task Effort (Col A) x (Col B) (%) AParagraph 3.2 100% Totals 1100% Table 1 notes: 1. The Sum of the values in Column C represent the percentage of the task that the respondent can perform as the prime. (8) A list of customers for current and relevant work performed. The purpose is to demonstrate the primes management infrastructure, capacity to procure and manage a level of effort which may include, but is not limited to, teaming arrangements, joint ventures, etc. that correspond to the technical tasking, relevant experience, and past performance. Respondents shall submit at least 1, and no more than 3, citations of current and relevant work performed This information is not part of the description of the corporate capabilities for technical requirements listed in the Draft PWS. a. Current work is defined as work performed within the 5 years before the posting date of this market survey. b. Common aspects of relevancy include similarity of services/support, complexity, dollar value, contract type, and degree of subcontract/teaming. c. Information for each customer shall be provided by completing the Relevant Contract Experience Matrix provided as attachment (1) to this template. (9) A statement that the contractor either has or does not have an approved accounting system, as required in Federal Acquisition Regulation (FAR) 16.301-3(a) (3) for cost-reimbursement contracts. (10) A statement that the respondent either agrees or does not agree that their company or partnerships name can be published as one of the respondents to this RFI. (11) Additional Information. Section 2: Corporate Capabilities. Respondents shall summarize the work their company, employees or partnership has performed relevant to this planned requirement by demonstrating their experience/capabilities as described in the attached PWS. The definitions of current and relevant as listed in paragraph 4(8) above apply to the experience/capabilities cited in the response to this section. For respondents planning to propose a teaming arrangement that complies with the requirements set forth in FAR clause 52.219-27 (Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011), this section should address the combined experience/capabilities of the companies that are part of that teaming arrangement. Section 3: Ramp-up Rationale. Respondents shall include a plan (NTE 3 pages) that describes how the respondent will provide the estimated 67 FTE within two weeks of the start of the period of performance. 5. This notice is for planning purposes only and is not to be construed as a commitment by the Government. This is not a solicitation announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement, or any follow-up information requests. Respondents will be notified of the results of this evaluation. The Government reserves the right to consider a set-aside for small businesses or one of the small business preference groups. (e.g., 8(a), HUBZone, SDVOSB, WOSB etc.). Any questions shall be submitted to the Contract Specialist via the email address listed below by the specified date. Any questions submitted after the specified date may not receive responses. 6. Responses to this RFI shall be submitted to SSC Pacific code 22410 via e- mail to Richard Hammersmith at richard.hammersmith@navy.mil and Cindy Jensen at cindy.jensen@navy.mil. Please use reference No. N66001-14-R- 0041.when responding to this Market Survey. a. The closing date for this RFI is: 23 June 2015 b. The closing time for this RFI is: 1600 PST c. The deadline for submission of questions is 16 June 2014 7. Within a reasonable time after evaluation of responses, SSC Pacific will post the acquisition strategy decision on the e-Commerce central. 8. Support Contractors Contractor support will not be utilized in support in review and evaluation of RFI responses. Request for Information is attached Attachment 1: Relevant Contract Experience Matrix 1. Customer Point of Contact (Name; Government agency, commercial firm, or other organization) Name: Agency:2. Customer POC Phone Number / Email (This information is required to verify offerors performance) Phone: Email: 3. Contract Number or other control number Xx4. Period of Performance From: To: 5. Contract Type (CPFF, FFP etc.) Xx6. Prime or Sub 8. Contract Value $XX 9. Provide brief summary of the work performed. Xx 10. Describe how the work demonstrates capability to perform percentages stated in Table 1. 1. Customer Point of Contact (Name; Government agency, commercial firm, or other organization) Name: Agency:2. Customer POC Phone Number / Email (This information is required to verify offerors performance) Phone: Email: 3. Contract Number or other control number Xx4. Period of Performance From: To: 5. Contract Type (CPFF, FFP etc.) Xx6. Prime or Sub 8. Contract Value $XX 9. Provide brief summary of the work performed. Xx 10. Describe how the work demonstrates capability to perform percentages stated in Table 1.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/314f711085834aa7cd6b81f3574f7958)
 
Record
SN03755247-W 20150607/150605234944-314f711085834aa7cd6b81f3574f7958 (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.