Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2013 FBO #4281
SOURCES SOUGHT

A -- Tactical Operational Flight Trainer - Draft PWS

Notice Date
8/12/2013
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division Dept. 2, Commander, NAWCWD, Code 220000D, 429 E. Bowen Rd - Stop 4015, China Lake, California, 93555-6100, United States
 
ZIP Code
93555-6100
 
Solicitation Number
N6893613R0075
 
Archive Date
9/7/2014
 
Point of Contact
Renee M. Celestine, Phone: (760) 939-3580, Mary K Jacobs, Phone: (760) 939-6043
 
E-Mail Address
renee.celestine@navy.mil, mary.jacobs@navy.mil
(renee.celestine@navy.mil, mary.jacobs@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft PWS The Naval Air Warfare Center Weapons Division (NAWCWD), China Lake, CA is seeking Tactical Operational Flight Trainer (TOFT) 125/SimuStrike02 (low footprint F/A-18 simulator) in support of Research, Development, Acquisition, Test and Evaluation (RDAT&E). The required tasking will cover Test Planning, Training, Project Planning, active duty squadron interface (VX-9, VX-31, VFA-122, etc.), Advanced Weapons Lab (AWL) interface, and interface/feedback to Naval Aviation Warfare Center, Training Systems Division (PMA205) in Orlando, Florida for TOFT 125/SimuStrike02. Tasking will include: development and writing of Test Plans and Procedures, Test including operation and flying of TOFT125/SimuStrike02, Training and Project Planning, in accordance with established Naval Air Systems Command (NAVAIR) policies and procedures. Period of performance currently expected to begin on 01 July 2014. Some travel will be required. Required skills/experience include: F/A-18 flight experience with developmental test and operational test, test plan writing/reporting, secret clearance, familiarity with US Navy TOFTs, experience with NAVAIR test planning and execution procedures. The work will be done onsite at China Lake (NAVAIR). The Contractor shall provide for: (1) all requirements as defined in the Performance Work Statement (PWS) Attachment 1; (2) provide qualified personnel who meet the required skills and experience defined in the PWS. The government is considering issuing a one year basic contract with four 1 year options. The applicable NAICS code for this requirement is 541330 with a small business size standard of $35.5M. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. If your company is a Small Business, please specify if your company is or is not each of the following: (a) Service-Disabled Veteran owned Small Business (SDVOSB); (b) HUBZone Small Business; (c) 8(a) Concern; (d) Woman-Owned Small Business; (e) Economically Disadvantaged Woman-Owned Small Business to the Government's Contract Specialist Renee M. Celestine (contact information listed below). All responses at a minimum must include: Company Name; Company Address; Point-of-Contact (POC) name, phone, and e-mail address. A brief capabilities statement package (no more than 10 pages in length, double spaced, 12 point font minimum) demonstrating ability to perform the specific requirements discussed above. This documentation must address, at a minimum, the following: (1) Prior/Current corporate experience performing efforts of similar scope within the last five years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, a brief description of how the contract referenced relates to the services described herein. (2) 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. (3) Management approach to staffing this effort with qualified personnel which should address current hires available for assignment to this effort. (4) Identify Seaport-e contract number if available. (5) Comments on PWS. If submitting capabilities statement package by email remember Navy Restrictions: (1) Limit Graphics; (2) 10MB limit on emails; (3) Use standard file extension: doc, xls, pdf, zip, ppt.; (4) The following attachments will not be received by recipients on the NMCI system:.avi,.bat,.cmd,.com,.dll,.eml,.exe,.pif,.scr,.shs,.vbs, and.vbe.; and (5) Send To: Renee.Celestine@navy.mil. If submitting capabilities statement package by mail and providing a computer disc: (1) Use CD-R disc; (2) Provide two discs; (3) Send to: Commander Code 220000D, NAWCWD, Attn: Renee M. Celestine, 429 E. Bowen Ave, MS 4015, China Lake, CA 93555-6108 Submittals are capabilities statements for consideration by the Government in acquisition planning. Interested parties are advised that the information submitted may not be used for procurement action. This announcement is for informational purposes only. 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 the responses to this announcement. Any information submitted by Respondents to this technical description is strictly voluntary."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68936D2/N6893613R0075/listing.html)
 
Place of Performance
Address: China Lake, California, 93555, United States
Zip Code: 93555
 
Record
SN03145864-W 20130814/130812235322-0ce9aba13449feba2d31f8d8677d0427 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.