Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 08, 2020 SAM #6796
SOURCES SOUGHT

R -- Programmatic, Flight Test Engineering, and Administrative Support to Naval Test Wing Atlantic

Notice Date
7/6/2020 6:45:19 PM
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
 
ZIP Code
20670-1545
 
Solicitation Number
N00421-22-RFPREQ-51000MA-0002
 
Response Due
7/21/2020 12:00:00 PM
 
Archive Date
08/05/2020
 
Point of Contact
Brittany H. Anderson, Phone: 3017579712, John Tomechko, Phone: 3017577032, Fax: 3017579046
 
E-Mail Address
brittany.hoffman@navy.mil, john.tomechko@navy.mil
(brittany.hoffman@navy.mil, john.tomechko@navy.mil)
 
Description
THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL It is a market research tool being used to determine potential and eligible business firms that are capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The PSC for this requirement is R425. �The NAICS for this requirement is 541715 R&D Engineering and Science (1500 Employees). �All interested businesses are encouraged to respond. The results of this Sources Sought will be utilized to determine if any Small Business Set Aside opportunities exist. �All Small Business Set Aside categories will be considered. �In addition, this market research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a solicitation. If a solicitation is released, it will be synopsized on the Contracting Opportunities website (beta.sam.gov). �It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. 1.0 INTRODUCTION The contractor will be required to assist: The Naval Test Wing Atlantic (NTWL) is one of the most technically diverse air wings in naval aviation. Comprised of four test and evaluation squadrons and the United States Naval Test Pilot School, NTWL is the Fleet advocate supporting test and evaluation of the Navy's aviation systems ranging from unmanned to rotary and fixed-wing aircraft and subsystems. �Focused on warfighter requirements, the wing provides aircrew, engineering, aircraft, maintenance, operational and safety oversight, process and facility support for developmental flight and ground test. �NTWL remains focused on the needs and safety of the Navy and Marine Corps Warfighters while providing Customer Agencies (e.g. Program Management Activity (PMA), Program Executive Officer (PEO), NAVAIR, Foreign Military Sales (FMS), United States Coast Guard (USCG)) with the people, processes, facilities, and aircraft to support full life cycle program Testing and Evaluation (T&E). �This support includes design, execution, analysis, evaluation, and reporting of tests and experiments of aircraft, unmanned air systems, weapons and weapons systems. The performance of services is described in the attached Draft Statement of Work (SOW). 2.0 ANTICIPATED PERIOD OF PERFORMANCE The Naval Test Wing Atlantic Test & Evaluation Program Leadership Division Support Services program anticipates the award of a C type contract with Cost Plus Fixed Fee (CPFF) and cost reimbursable line items with a Period of Performance (PoP) of between five and ten years. 3.0 REQUIREMENTS See attached Draft (SOW). The requirements outlined in the attached Draft SOW will be performed throughout the PoP of the contract, which is anticipated to be up to ten years in length.� �In all, NTWL expects that the total estimated Level of Effort (LOE) of all the requirements outlined in the Draft SOW is approximately �1,900,000 hours, which assumes a ten year PoP.� These services shall be performed on-site at Naval Air Station Patuxent River, MD and a variety of other locations (please see attached SOW). 4.0 LABOR REQUIREMENTS As stated in the attached draft SOW. 5.0 REQUESTED INFORMATION This documentation must address, at a minimum, the following: Provide the type of work your company has performed in the past in support of same/similar requirement(s).� Include information such as contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government point of contact and current telephone number, and a brief description of how the contract referenced relates to the technical services described herein; Describe the specific technical skill and experience that your company possesses which will ensure capability to perform the tasks as outlined in the draft Statement of Work. Please focus responses into the following areas: Test and Evaluation Program Leadership Describe experience and capabilities in regards to your company's ability to manage tasking of this nature and size. �In your response, provide details of your plan for ensuring the resultant contract would be staffed with qualified personnel. �Staffing plan should address current hires available for assignment, possible subcontracting/teaming arrangements, and strategy (contingency hires) for recruiting and retaining qualified personnel. If you are a small business interested in being the prime contractor for this effort, please be advised that the FAR 52.219-14 Limitations on Subcontracting clause has changed. �Deviation 2019-O0003 is now in effect which adds the definition of �Similarly Situated Entity� and changes the 50% calculation for compliance with the clause. �Small business primes may now count �first tier subcontracted� work performed by similarly situated entities as if it were performed by the prime itself. �Please read the full text of the clause deviation (52.219-14 Class Deviation 2019-O0003 dated 12/3/18 at https://www.acquisition.gov/browse/index/far ). �To assist in our market research and determination of any applicable small business set-aside for this effort, if you are a small business interested in priming this effort and plan to utilize �similarly situated entities� to meet the Limitations on Subcontracting, please identify the name & CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS code 541715 R&D Engineering and Science (1500 Employees) that you as the prime would assign for their workshare. �Information regarding any planned similarly situated entity should be included in answering any questions outlined in the Sources Sought Notice in order to assist the Government�s capability determination. Is a ten-year contract term preferred over the standard five-year contract term?� If so, in what ways does that benefit all parties involved to include the company and employees, and the government and customers? Due to the recent shift to telework by the command because of the COVID-19 pandemic, please describe your capabilities to work remotely effectively. Provide comments and questions regarding any restrictive or confusing aspects of the Statement of Work (SOW) (This portion of your response does not count against the 10 page limit; however, questions should be limited to an additional 3 pages maximum). 6.0 SUBMISSION It is requested that interested businesses submit to the contracting office a single capabilities statement package (no more than 10 pages in length, 12 point font minimum, 1.5 spaced) demonstrating ability to perform the services listed in the attached Draft SOW. �In regards to tables within the technical capabilities package, it is permissible to utilize a smaller font and spacing within a table.�� Additionally, in your response include a company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. (This profile does not count does against ""the not to exceed page limit"") The capability statement package shall be sent as a digital package to email at �brittany.hoffman@navy.mil. �Digital submissions must be received at the office cited no later than 3:00 p.m. Eastern Standard Time �21�July 2020. Questions or comments regarding this notice may be addressed with Brittany Anderson via email at brittany.hoffman@navy.mil All responses must include the following information: Company Name; Company Address; Company Business Size based on NAICS code 541715; and Point-of-Contact (POC) name phone number, fax number, and e-mail address.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/437ce86587134d2b93bfd69e1aa4c5ed/view)
 
Place of Performance
Address: Patuxent River, MD 20670, USA
Zip Code: 20670
Country: USA
 
Record
SN05712577-F 20200708/200706230152 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.