Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 15, 2017 FBO #5866
SOURCES SOUGHT

R -- FY18 Logistics Support/Technical Data - Draft 6.8.5 Statement of Work and Labor Qualifications

Notice Date
12/13/2017
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00421-18-RFPREQ-60000V-0001
 
Archive Date
1/4/2018
 
Point of Contact
Crystal L. Ashton, Phone: 3017577057
 
E-Mail Address
crystal.ashton@navy.mil
(crystal.ashton@navy.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
DRAFT LABOR QUALIFICATIONS DRAFT SOW The Naval Air Warfare Center Aircraft Division (AIR 2.5.1.9), Patuxent River, Maryland 20670 announces its intention to procure, on a competitive basis, the services necessary to provide Lifecycle Support of Weapon System Logistic Product Data for NAVAIR programs including, but not limited to the F-18, Joint Strike Fighter (JSF), E-2/C-2, E-6, Electromagnetic Aircraft Launch System (EMALS), Advanced Arresting Gear (AAG), AV-8B, H-60, H-1, H-53, V-22, P-8, C-130, RQ-21A, E-6B, VH-92A, P-8, T-45, JCMIS, JETI and MQ-8 Fire Scout, Unmanned Air Systems, and other Weapon Systems. NOTE: THIS REQUIREMENT IS IN THE 8(a) PROGRAM. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible 8(a) small business firms capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The NAICS for this requirement is 541330 with a current size standard of $38.5M. The incumbent contractor is Alutiiq Technical Services LLC, Anchorage, AK. The prior contract is a single award IDIQ; contract N00421-15-D-0004. All interested and eligible 8(a) small businesses are encouraged to respond, as requested by the NAVAIR Small Business Office. The Government is not obligated to and will not pay for any information received from potential sources as a result of this sources sought. ANTICIPATED PERIOD OF PERFORMANCE Five year ordering period: 01 March 2019 - 29 February 2024 REQUIREMENTS: See attached DRAFT Statement of Work (SOW). The Contract Type is anticipated to be a single award IDIQ with Cost-Plus-Fixed Fee (CPFF)/Cost Reimbursement and Firm-Fixed-Priced (FFP) task orders. The labor portion will be CPFF, the technical publications will be FFP and the Other Direct Costs (ODCs) will be Cost Reimbursement. The estimated total level of effort is approximately 2,946,378 man-hours, or 283 full-time equivalents (FTEs), per year. These services will be performed 14% on-site at a Government facility and 86% off-site at the contractor's facility, in the following locations: Naval Aviation Depot (NADEP)/Fleet Readiness Center, (EAST) at Cherry Point, NC; Naval Air Technical Service Center (NATEC) and Naval Aviation Depot/Fleet Readiness Center (WEST) and Naval Air Warfare Center(NAWC), Aircraft Division (NAWC AD) Detachment at North Island, CA; NAWC AD China Lake, CA; Naval Aviation Depot (NADEP)/Fleet Readiness Center (SOUTHEAST) at Jacksonville, FL; Naval Air Systems Command (NAVAIR) Patuxent River, MD; NAWC AD Patuxent River, MD; and NAWC AD, Lakehurst, NJ. The following are examples of anticipated labor categories under this requirement: Administrative Assistant Program/Project Analyst, Senior Data Management Specialist Computer Programmer, Junior Computer Programmer, Senior Computer Specialist, Junior Computer Specialist, Senior Configuration Management Analyst, Senior Business Systems Analyst Documentation Specialist Drafter/CAD Operator Information Management and Technology Analyst, Junior Information Management and Technology Analyst, Senior Logistician Logistics Analyst Logistics Analyst, Senior Logistics Manager Logistics Manager, Senior Manager, Senior Systems Analyst System Analyst, Senior Technical Manual Librarian Technical Writer See attached DRAFT Labor Qualifications for descriptions. In addition to the above, please note that under a 8(a) Small Business Set-Aside, the 8(a) small business prime must perform at least 50% of the work themselves in terms of cost of performance. Cost of performance includes direct labor costs, overhead that has only direct labor as its base, and the small business' General and Administrative rate multiplied by the labor cost. A small business prime cannot utilize the cost of performance of other small businesses it utilizes as subcontractors in calculating its performance to comply with FAR Clause 52.219-14. Since a preponderance of the resultant contract will be cost-type, the successful awardee will also be required to have a Government approved accounting system upon contract award. SUBMITTAL INFORMATION : It is requested that interested 8(a) small businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the services listed in the attached SOW. This documentation must address, at a minimum, the following: (1) Title of the SOW you are applying to; (2) Company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status (including all applicable categories of small business: Service-Disabled Veteran-Owned Small Business, HubZone, 8A, Woman-Owned Small Business, Veteran-Owned Small Business or Small Disadvantaged Business); (3) Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described herein; (4) Resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located at the city specified; (5) Management approach to staffing this effort with qualified personnel; (6) A statement regarding capability to obtain the required industrial security clearances for personnel. (7) Company's ability to perform 50% of the cost of the work; and (8) Company's ability to begin performance upon performance start date. This requirement will allow for a transition period between contract award and performance start date. The capability statement package shall be sent by mail to AIR-2.5 Contracts, Crystal Ashton, Code 2.5.1.9, Building #441, 21983 Bundy Road, Patuxent River, MD 20670 or by email to crystal.ashton@navy.mil. Submissions must be received at the office cited no later than 2:00 p.m. Eastern Standard Time on Wednesday, 20 December 2017. Questions or comments regarding this notice may be addressed to Crystal Ashton at (301) 757-7057 or via email at crystal.ashton@navy.mil. All responses must include the following information: Company Name; Company Address; Company Business Size; CAGE code and Point-of-Contact (POC) name, phone number, fax number, and e-mail address.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-18-RFPREQ-60000V-0001/listing.html)
 
Place of Performance
Address: See DRAFT Statement of Work, United States
 
Record
SN04765691-W 20171215/171213231204-3a8a2310603a8a1aba62abd20c44fea3 (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.