Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 27, 2016 FBO #5360
MODIFICATION

R -- Engineering Support Services

Notice Date
7/25/2016
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division, 429 E. Bowen Rd. Stop 4015 - CL, 575 'I' Ave, Bldg 36, Ste 1116 - PM, China Lake/Pt Mugu, California, 93555-6108, United States
 
ZIP Code
93555-6108
 
Solicitation Number
N6893616R0029
 
Archive Date
8/10/2017
 
Point of Contact
Joel Blaine Ashworth, Phone: (760) 939-2459, Henry Frohlich, Phone: 760-939-7301
 
E-Mail Address
joel.ashworth@navy.mil, henry.frohlich@navy.mil
(joel.ashworth@navy.mil, henry.frohlich@navy.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The Naval Air Warfare Center Weapons Division (NAWCWD) intends to competitively procure as a total service-disabled veteran-owned small business (SDVOSB) set-aside, a Cost Plus Fixed Fee (CPFF) Indefinite Delivery Indefinite Quantity (IDIQ) type contract, to a single awardee for Engineering Support Services. A Sources Sought was posted to FedBizOps on March 29, 2016 under Solicitation number N6893616R0029 requesting interested businesses to submit a brief capabilities statement. Five large businesses and seven small businesses responded. Each interested party's capability statement was evaluated for Capability to perform SOW tasking, Personnel Management, History of Successful Past Performance, Capability to provide personnel for services required outside of the continental United States, and Organizational Reach Back for subject matter experts. These capabilities were evaluated to determine whether there were any small business concerns which may be technically capable of performing the required capabilities. The Government has determined at least two SDVOSBs capable of performing the Engineering Support Services requirements, and in accordance with FAR SubPart 19.5 "Set-Asides for Small Business" the contracting officer has made a unilateral determination that this procurement be set-aside for SDVOSB. *DESCRIPTION This requirement is a follow-on to a competitively awarded, non-performance based, non-personal services, Engineering Services Support contract N68936-15-D-0004 (NAICS 541330), which is currently being performed by Engility Corporation. The existing contract is a term type, hybrid contract consisting of Cost Plus Fixed-Fee (CPFF) for labor and COST contract line items (CLINs) for material and travel. The level of effort for this contract is currently 907,200 level-of-effort (LOE) hours across 54 active task orders. This contract is due to expire 30 December 2017. This contract is available at http://foia.navair.navy.mil. The proposed contract will provide weapons systems effectiveness analysis, design adequacy studies and evaluations, test and evaluation support, general engineering and related documentation for all fleet support, weapons, and weapons related projects supported at NAWCWD China Lake and Point Mugu, California, attached activities, and other locations set forth in individual task orders. Work will also be required outside of the continental United States, with known requirements in British Columbia, Canada and Edinburgh, Australia. This requirement provides services to functional organizations in supporting numerous Department of Defense weapons acquisition programs and related research, development, test and evaluation efforts associated with National security. Major projects supported by the Engineering Support Services (ESS) contract include but are not limited to: Airborne Threat Simulation Organization (ATSO) Sidewinder, Sparrow, High Speed Anti-Radiation Missile (HARM), Cruise Missile, Standard Missile, Rolling Airframe Missile (RAM), Gun Systems, Parachute Systems, Bomb Rack Systems, Full Scale Aerial Target Systems, and Propulsion Systems, Tomahawk, Anti-Radiation Missile (ARM), Sparrow, Advanced Medium- Range Air-to-Air Missile (AMRAAM), Sidewinder, and AIM9X missile systems; miniature munitions; and the Joint Standoff Weapon (JSOW). This notice of intent is not a request for competitive proposals; however, any firm believing it can fulfill the requirement identified above may submit a written response to be received at the Contracting Office no later than 15 days after the date of publication of this notice, which shall be considered by the agency. The written response shall reference solicitation number N68936-16-R-0029 and provide a capability statement that clearly indicates the firm's experience, assets, background, and ability to perform the required work without compromising the quality, accuracy, reliability, and schedule. The solicitation or Request for Proposal (RFP) will be posted on the FEDBIZOPPS website at http://www.fbo.gov/ on or about 2ND Quarter Fiscal Year 2017. All responsible sources must be registered in the System for Award Management (SAM) database at the following website: https://www.sam.gov/portal/public/SAM/. Written responses shall be submitted by e-mail to the point(s) of contact listed below or mailed to the Contracting Office Address listed below no later than 15 days from this notice date. (POCs information auto-populates via table above.) Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access Controlled Unclassified Information within FBO. See the DLIS website for registration details: http://www.dlis.dla.mil/jcp/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/293b1db233e52daedf18066c6fa6b57c)
 
Place of Performance
Address: China Lake, CA; Point Mugu, CA; Canada; and possible OCONUS, United States
 
Record
SN04194156-W 20160727/160725234825-293b1db233e52daedf18066c6fa6b57c (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.