Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2004 FBO #1115
SOLICITATION NOTICE

J -- Fleet Area Control and Surveillance Facilities (FACFAC) Maintenance, Repair and Supply Support Services

Notice Date
12/13/2004
 
Notice Type
Solicitation Notice
 
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, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00421-04-R-0109
 
Response Due
2/15/2005
 
Archive Date
3/2/2005
 
Point of Contact
Theresa Newbold, Contract Specialist, Phone (301) 995-8892, Fax 301-995-8670,
 
E-Mail Address
newboldti@navair.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Please note that the solicitation number cited for this requirement in the original Sources Sought Synopsis has changed. The number has changed from: N00421-04-R-0040 has been changed to: N00421-04-R-0109. The Department of the Navy, Naval Air Systems Command-Aircraft Division, Aircraft Traffic and Control Landing Systems Division (Code 4.5.8), at St. Inigoes, Maryland has a requirement for on-site field operation, maintenance services and on-the-job training of various Fleet Air Control and Surveillance Facilities (FACSFAC) sites. The Fleet Area Control and Surveillance Facilities (FACSFACs) are responsible for managing and controlling airspace in certain designated Warning Areas, Restricted Areas, and Military Operation Areas. To accomplish these responsibilities, the Navy utilizes the FACSFAC Air Control Tracking System (FACTS), AN/FYK-17B(V), FACTS Scheduling System (FACSKED), AN/FYK-23(V) and the Radar Beacon Data Extractor (RBDX), CV-4346/UPX. The contractor shall provide on-site field operation, maintenance services and on-the-job training of the FACTS, FACSKET, RBDX, and ancillary equipment referred to as FACSFAC systems the support services under this contract at the following sites: FACSFAC Jacksonville Naval Air Station Jacksonville, Florida; FACSFAC VACAPES Naval Air Station, Oceana Virginia Beach, Virginia; FACSFAC Pearl Harbor Naval Air Base, Pearl Harbor Ford Island, Hawaii; FACSFAC San Diego Naval Air Station, North Island San Diego, California; Naval Air Station Pensacola, Florida; Naval Air Station Fallon, Nevada; NAVAIR, St. Inigoes, Maryland. This is a follow-on contract to N00421-00-D-0342 currently being performed by Trandes Corporation located at 4601 Presidents Drive, Suite 360, Lanham, Maryland 20706. The contract is due to expire 31 March 2005. Requests for information regarding the current contract will be processed through Ms. Pat Coccimano (Freedom Of Information Act (FOIA) Specialist). Please email your requests for FOIA information to: patricia.cocimao@navy.mil. This procurement will be processed under full and open competition as a 100% small business set-aside. The NAICS code for this requirement is 541330 with a size standard of $23.0 Million. These services are required for a period of one year with four one year options to begin 1 April 2005. The overall estimated level of effort for the five year period of performance, years inclusive of options is 249,000 manhours. The contract type will be an Indefinite Delivery Indefinite Quantity, with provisions to place both fixed price and cost reimbursement type delivery orders. The contractor shall be required to provide fully trained and qualified personnel to accomplish the operation and maintenance of the FACSFAC systems. The following labor categories (subject to the Service Contract Act (SCA)), may be used at the sites: Senior Engineering Technician (SCA equivalent: Engineering Technician VI) and Engineering Technician (SCA equivalent: Engineering Technician V). The Senior Engineering Technician and the Engineering Technicians are required to have experience with FACSFAC systems identified above or equivalent automated air traffic control/surveillance systems; however, experience with FACSFAC systems is preferable. A secret facility clearance is required. The award of the resultant contract will be on the Best Value to the Government as established by the tradeoff process evaluation approach, cost and non-cost factors considered. All potential offerors must have or be able to obtain a “Secret” facility clearance. It is the Government’s intention to release the final solicitation, including any subsequent amendments via the NAVAIR Solicitation Index at: http://www.navair.navy.mil/doing_business/open_solicitations/. It is the contractor’s responsibility to continuously monitor this web site for the latest information concerning this requirement. The estimated solicitation release date is 15 January 2005. To assist in the compilation of a bidders list which could help promote teaming opportunities, notify Ms. Theresa Newbold at theresa.newbold@navy.mil if your company is interested in this acquisition. In your email please provide the following information: 1. Company Name; 2. Company Address; 3. Point of Contact, email address; telephone number and fax number; 4. Specify company’s business size status (Large, Small Business, Small Disadvantage Business, 8(A) etc.). NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (13-DEC-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVAIR/N00421/N00421-04-R-0109/listing.html)
 
Record
SN00720440-F 20041215/041213211755 (fbodaily.com)
 
Source
FedBizOpps.gov 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.