Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2016 FBO #5412
SOURCES SOUGHT

L -- Contractor Engineering Technical Services (CETS) for Contractor Field Services (CFS) for theAV8-B and E-2D aircraft systems, subsystems, and associated support equipment. - N6893617-R-0001 Attachment

Notice Date
9/15/2016
 
Notice Type
Sources Sought
 
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
N6893617R0001
 
Archive Date
10/6/2017
 
Point of Contact
David M. Channer, Phone: (760) 939-9570, Debra A. Zamarron, Phone: (760) 939-9658
 
E-Mail Address
david.channer@navy.mil, debra.zamarron@navy.mil
(david.channer@navy.mil, debra.zamarron@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work This is a SOURCES SOUGHT announcement. This notice is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP) nor does it restrict the government as to ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. The Naval Air Warfare Center, Weapons Division, China Lake, CA. intends to procure, on an other than full and open competition basis from Rolls Royce Defense Services Inc., 2355 S. Tibbs Ave., Indianapolis, IN 46241-4812, a five year Cost-Plus-Fixed-Fee Indefinite Delivery Indefinite Quantity (IDIQ) Task Order Contract with an estimated level of effort of 19,530 hours per year or a total of 97,650 hours for the five-year period to provide Contractor Engineering Services (CETS) Contractor Field Services (CFS). The acquired results of this requirement are to develop the technical skills and abilities of military and civilian personnel in the Department of Defense (DoD) who are responsible for the operation and maintenance of the Power Plant (PP) AV8-B and E-2D aircraft engine series, sub-systems, and equipment at various sites in support of Naval Air Technical Data and Engineering Service Command (NATEC). Rolls-Royce Defense Services Inc. is the original equipment manufacturer (OEM) and only source available with the requisite data and specific technical support personnel knowledgeable of this equipment to support the effort mentioned above. This notice of intent is not a request for competitive proposals; however, any firms believing they can fulfill the requirement of providing these services for the operation and maintenance of the AV8-B and E-2D aircraft engine systems, subsystems, and associated support equipment at various sites may submit a written response which shall be considered by the agency. The written response shall reference solicitation N68936-17-R-0001 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. SUBMISSION REQUIREMENTS Interested contractors are to submit the following information: company name, address, point of contact, telephone number, e-mail address; DUNS, and information regarding your company's experience in performing engineering stress analysis and design services as the prime contractor in the last five (5) years identifying: contracting agency, contract number, title, place of performance, years of performance, and value of contract per year. Interested firms should submit a document which furnishes information describing relevant demonstrated experience and qualifications in the following format: the submissions should be Times New Roman, font size 12 and should not exceed five (5) one-sided, 8" X 11" pages in Microsoft word or PDF format to the contact specialist via email to: david.channer@navy.mil. Submissions must be received via email no later than 3:00 PM Pacific Standard Time on 6 October 2016. Questions or comments regarding this notice shall be posted to the Contract Negotiator in writing and via EMAIL ONLY. No phone calls will be accepted. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered. Personal visits for the purpose of discussing this announcement will not be scheduled. THIS IS NOT A REQUEST FOR A PROPOSAL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/791fec69adf4a24805d39e026cf3511b)
 
Place of Performance
Address: San Diego California; Cherry PT, NC; Yuma, AZ; and Indianapolis, IN. May include other locations CONUS and OCONUS., United States
 
Record
SN04272835-W 20160917/160915235149-791fec69adf4a24805d39e026cf3511b (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.