Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 30, 2017 FBO #5881
SOURCES SOUGHT

R -- Common Support Team (CST) - Draft Statement of Work for CST

Notice Date
12/28/2017
 
Notice Type
Sources Sought
 
NAICS
561110 — Office Administrative 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-R-0033
 
Archive Date
2/15/2018
 
Point of Contact
Basirat Shonekan-umaru, Phone: 3017371900, Sotanya Rushing, Phone: (301) 757-2868
 
E-Mail Address
basirat.umaru@navy.mil, sotanya.rushing@navy.mil
(basirat.umaru@navy.mil, sotanya.rushing@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Notice Information Solicitation: Sources-Sought -4.0 Research and Engineering Common Support Team Agency/Office: Naval Air Warfare Center Aircraft Division. NAWC-AD Location: Naval Air Warfare Center Aircraft Division Patuxent River Title: Sources Sought for Common Support Team (CST) Description(s): Nava l Ai r Warfar e Center, Aircraf t Divisio n (NAWC-AD ) Researc h an d Engineerin g Common Support Team (hereinafter "CST") supports al l Researc h Developmen t Tes t & Evaluatio n (RDT&E ) AIR 4.0, Patuxent River, Maryland is conducting market research to identify and determine if there are potential sources including Small Business Set-Aside opportunities which have the capabilities for Shippin g and Receiving, Common Facility Support, Administrative and Program Support, Engineering Support, System Analysis, Workforce Development Administrative and Analytical Support and Facility Coordination Support. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND Nava l Ai r Warfar e Center, Aircraf t Divisio n (NAWC-AD ) Researc h an d Engineerin g Common Support Team (hereinafter "CST") supports al l Researc h Developmen t Tes t & Evaluatio n (RDT&E ) 4.0 code s. The CST provide s th e RDT&E activities wit h commo n facilit y an d administrativ e suppor t a t Lakehurst, NJ; St. Inigoes, MD an d NAS Patuxen t Rive r, MD, fo r th e 4,50 0 scientist s an d engineer s presently i n 14 9 buildings, laborator ies an d warehous e spaces (approximatel y 1. 7 millio n squar e feet ) a t N ava l Ai r Station (NAVAIR), Patuxent River, Webste r Outlying Field, an d Join t Bas e McGuire/Dix /Lakehurs t alon g wit h thei r respectiv e surroundin g communities. The attached draft Statement of Work describes Common Support Team (CST). The CS T is to provide suppor t service s to meet the goals and objects of NAWC-AD 4.0 and other competencies as required. ' REQUIRED CAPABILITIES This requirement is a follow-on procurement. The contract type is anticipated to be an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with Cost Plus Fixed Fee (CPFF) and Cost Reimbursable CLINs Current task order were awarded to AMELEX with contract #N00178-05-D-4174-M809. These task orders are Cost Plus Fixed Fee (CPFF) and Cost Reimbursable CLINs. Additional information requests in regards to the aforementioned contracts can be made to the NAVAIR Freedom of Information Act (FOIA) website at http://foia.navair.navy.mil. ELIGIBILITY The appropriate Product Service Code (PSC) is S216. The North American Industry Classification System (NAICS) Code is 561110 with a Small Business Size of $7.5 Million. SUBMISSION DETAILS (CABILITIES STATEMENT) Interested businesses shall submit responses electronically to the Contract Specialist, Basirat Shonekan-Umaru, in Microsoft Word or Portable Document Format (PDF) at Basirat.umaru@navy.mil no later than 2:00 pm Eastern Standard Time on January 31, 2018. No phone or email solicitations with regard to the status of the RFP will be accepted prior to its release. Specific details will be provided in a solicitation which will be posted at https://www.fbo.gov/. Be advised that periodic access to the website is essential for obtaining updated documentation and the latest information regarding this procurement. All data received in response to this source sought, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. Interested Businesses should submit a brief capabilities statement package (no more than ten (10) one-sided, 8.5x11inch pages in length with font no smaller than 10 point) demonstrating the ability to perform the services listed in this notice and draft PBSOW. Vendor responses shall include the following administrative information: 1. Company Name, Company Address, and Points of Contact including name, telephone number, fax number, and email address. 2.Respondents to this notice also must indicate whether they are a large business or qualify as a Small Business (SB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), HUBZone Small Business (HUBZone), Veteran-Owned Small Business (VOSB), or Service-Disabled Veteran Owned Small Business (SDVOSB) Concern. 3. Company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status. 4. 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. 5. 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. 6. Statement regarding capability to obtain the required industrial security clearances for personnel. 7. Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide Company's ability to perform more than 50% of the work 8. Company's ability to begin performance upon contract award. All responses must be sufficient to permit agency analysis to establish bona fide capability to meet requirements. Primary Point of Contact: Basirat Shonekan-Umaru, Contract Specialist: Basirat.Umaru@navy.mil Phone: 301-757-1900 Fax: (301) 995-1356 {Fax Direct to E-mail} Secondary Point of Contact: Sotanya Rushing, Procuring Contracting Officer Sotanya.Rushing@navy.mil, Phone: (301) 737-2868 Contracting Office Address: Department of the Navy Naval Air Systems Command/Naval Air Station 22473 Millstone Road Patuxent river, MD 20670 United States Place of Contract Performance: Patuxent River, Maryland 20670, United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-18-R-0033/listing.html)
 
Place of Performance
Address: Patuxent River, Maryland, Patuxent river, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN04778012-W 20171230/171228231228-8b3781241667dd43ee4c06489b22a140 (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.