Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 30, 2016 FBO #5181
DOCUMENT

R -- Test and evaluation analytical support services - Attachment

Notice Date
1/28/2016
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
Solicitation Number
N0018916R0032
 
Response Due
2/11/2016
 
Archive Date
2/4/2021
 
Point of Contact
Monti Dutta, ph: 757-443-1330, email: monti.dutta@navy.mil
 
Small Business Set-Aside
N/A
 
Description
Sources Sought This announcement constitutes a Sources Sought for information planning purposes. Naval Supply Center (NAVSUP) Fleet Logistics Center FLC Norfolk intends with this announcement to identify qualified and experienced sources for a contract vehicle that will provide non-personal, operational test and evaluation analytical support services for Commander, Operational Test and Evaluation Force (COMOPTEVFOR) as defined in the attached draft Performance Work Statement. This announcement constitutes a sources sought for written information only. This is not a solicitation announcement for proposals and a contract will not be awarded from this announcement. This announcement is not to be construed in any way as a commitment by the Government, nor will the Government pay for the information submitted in response. Anticipated NAICS code The NAICS code for this requirement is 541330 (Engineering Services for Military and Aerospace Equipment and Military Weapons) and the small business size standard is $38.5 million. The Government has not yet determined whether an existing strategically sourced vehicle will be used to satisfy this requirement. Respondents should provide their business size under the NAICS code of 541330. Context This current requirement is expected to result in a multiple award IDIQ contract that will cover all of the following broad divisional warfare areas: Subsurface, Aviation, C4ISR (Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance), Surface, Expeditionary Warfare, and Littoral Combat Ship. However, after this current effort is awarded and in the near future, an effort will be made to issue 5 to as many as 7 distinct contracts tailored exclusively to each divisional warfare area, which will ultimately replace the current overarching multiple warfare approach for the current single requirement. Therefore, this Sources Sought posting is an early opportunity for small businesses, in particular, to demonstrate their capabilities as either prime contractors or to enter into teaming arrangements with large businesses, in preparation for the anticipated transition in contracting approach. The anticipated period of performance for the current effort will cover a one-year base period plus two, one-year options. The government expects to make an award on or about October 19, 2016 with a Period of Performance that commences on approximately December 3, 2016. Requested Response Responses to this Sources Sought request should reference N00189-16-R-0032 and shall include the following information in this format: 1.Company name, address, point of contact name, phone number, fax number and email address. 2.Contractor and Government Entity (CAGE) Code. 3.If the services can be solicited from a GSA schedule, please provide the GSA contract number. 4.If the services can be solicited from SeaPort, provide the contract number. 5.Size of business “ Large Business, Small Business, Small Disadvantage, Section 8(a), HubZone, Women-owned and/or Service Disabled Veteran-owned. 6.An estimated Rough Order of Magnitude (ROM) 7.A copy of the SAM.GOV active registration. Must reflect Data Universal Numbering System (DUNS), Commercial and Government Entity, and Reps/Certs. 8.Capability statement displaying the contractor ™s ability to provide the services, to include past performance information. Review attachment, DRAFT Performance Work Statement. If past performance information is provided, please include only relevant past performance on the same/similar work within the last 5 years. Please also include in past performance information the contract numbers, dollar value, and period of performance for each contract referenced in the response to this sources sought. To be more effective, the capabilities statement should: (1) clearly demonstrate relevant experience in a clearly demarcated warfare area: Undersea, Aviation, C4ISR (Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance), Surface, or Expeditionary Warfare; (2) how the company expects to address the requirements in the PWS in the long term over the base year plus the two option years; (3) describe Quality Assurance/Quality Control that will be in place to support the activities described in the PWS and its associated CDRLs; (4) document proficiency of employees in Design of Experiments (DOE), Statistical Design, Mission-Based Test Design (MBTD), Integrated Evaluation Framework (IEF), Information Assurance (Cyber Security); and (5) given that the work will primarily be conducted on-site in Norfolk, Virginia, describe contractor ™s capability to be available on-site to perform the work. For a description of warfare divisions, see attachment, Overview of Warfare Divisions. For background guidance on test and evaluation terminology, please refer to the Operational Test Director ™s Manual, located at: http://www.public.navy.mil/cotf/OTD/OTD%20Manual.pdf 9.Complete the attachment, Questionnaire, and include in response to this Sources Sought. 10.The Government is still determining the acquisition strategy and if this acquisition will be a small business set-aside, then FAR clause 52.219-14, Limitations on Subcontracting, applies. Note that if there is sufficient demonstrated interest and capability among small businesses, a key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR clause 52.19-14. If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding team arrangements, and if subcontracts are to be used, provide anticipated percentage of the effort to be subcontracted and whether small or large business subcontractors will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. 11.Identify conditions or issues the U.S. Government should consider or may interfere with the intention of this project. 12.Comments or suggested changes to the Government ™s NAICS determination. 13.Include any other supporting documentation. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Standard company brochures will not be reviewed. Please reference, COMOPTEVFOR Support Services “ Sources Sought in the subject line. Submissions are not to exceed fifteen (15) typewritten pages in no less than 11 font size. Responses should be emailed to Monti Dutta at monti.dutta@navy.mil by 1:00 PM Eastern Standard Time on Thursday, February 11, 2016. Again this is not a request for a proposal. Respondents will not be notified of the results. The government plans to use the Internet and e-mail as the primary means of disseminating and exchanging information. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any is issued. Attachments: Attachment I “ DRAFT Performance Work Statement (PWS) Attachment II - Overview of Warfare Divisions Attachment III “ Questionnaire NOTE: Proprietary information should be clearly marked. The requested information is for planning and market research purposes only and will not be publicly released (with the possible exception of the responses to Question 1 and 2 in the attached Questionnaire if the applicable company consents to disclosure).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018916R0032/listing.html)
 
Document(s)
Attachment
 
File Name: N0018916R0032_DRAFT_Performance_Work_Statement.docx (https://www.neco.navy.mil/synopsis_file/N0018916R0032_DRAFT_Performance_Work_Statement.docx)
Link: https://www.neco.navy.mil/synopsis_file/N0018916R0032_DRAFT_Performance_Work_Statement.docx

 
File Name: N0018916R0032_Overview_of_Warfare_Divisions.docx (https://www.neco.navy.mil/synopsis_file/N0018916R0032_Overview_of_Warfare_Divisions.docx)
Link: https://www.neco.navy.mil/synopsis_file/N0018916R0032_Overview_of_Warfare_Divisions.docx

 
File Name: N0018916R0032_Questionaire.docx (https://www.neco.navy.mil/synopsis_file/N0018916R0032_Questionaire.docx)
Link: https://www.neco.navy.mil/synopsis_file/N0018916R0032_Questionaire.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04004084-W 20160130/160128234812-823c05b4168fe364646f67aacc42d23e (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.