Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 23, 2015 FBO #4808
SOURCES SOUGHT

J -- Naval Test Wing Atlantic (NTWL) Support Services - Sources Sought

Notice Date
1/21/2015
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
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
1300470793
 
Archive Date
2/20/2015
 
Point of Contact
Denise C. Morrissette, Phone: 301-995-2683, Benjamin Washburn, Phone: 301-995-4018
 
E-Mail Address
denise.morrissette@navy.mil, benjamin.washburn@navy.mil
(denise.morrissette@navy.mil, benjamin.washburn@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Naval Test Wing Atlantic DRAFT Performance Based Statement of Work (PBSOW) INTRODUCTION The Naval Air Systems Command, Naval Air Warfare Center Weapons Division (NAWCWD) has a requirement for Research Development Test and Evaluation (RDT&E) aircraft maintenance and modification support services for the Naval Test Wing Atlantic (NTWL), located at Patuxent River, MD as described in the attached draft Performance Based Statement of Work (PBSOW). The purpose of this Sources Sought is to determine whether any Small Business Set-Aside opportunities exist. All Small Business Set-Aside categories will be considered. The Government is not obligated to and will not pay for any information received from potential sources as a result of this sources sought. PLACE OF PERFORMANCE Location % On-Site Government % Off-Site Contractor Patuxent River, MD 100% 0% 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 Naval Test Wing Atlantic (NTWL), an echelon four command of the Naval Air Systems Command (NAVAIR), is the cognizant authority on active test and evaluation (T&E) and a participant in all phases of the weapon system life cycle process for fixed, rotary wing, unmanned aerial and lighter-than-air vehicles. The test articles are provided to NWTL and its test squadrons through several methods. The primary source of assignment is by a major program office for the development, procurement and sustainment of Navy, Marine or Joint Force use systems. However, other sources of assignment, for aircraft subjected to T&E by NTWL, include the US Naval Test Pilot School located at Patuxent River, other service components of the Department of Defense, foreign national defense and commercial systems, other US Government agencies engaged in flight operations, as well as commercial aviation flight activities. The scope and complexity of these test articles are not limited to full scale air vehicle systems. NTWL provides full system spectrum test capability from complete aircraft down to sub-system components, expendable weapon, sensor, and deception articles and flight worthy software designed to operate and configure the system and its components. This requirement is a follow-on procurement to contract N00421-11-C-0031 currently being performed by DynCorp International, LLC., and is due to expire on 31 July 2016. REQUIRED CAPABILITIES NTWL is the resource manager charged with reducing the risks associated with the hazards of flight, as well as ground operations, around flight equipment. To mitigate these risks these requirements are continuous and ongoing and require a contracted work force, one that is already trained, experienced, and engrained with the best business practice of process discipline, brings both the opportunity to meet test commitments, and achieve the goal of safe flight operation. The contractor shall provide technical services in support of the areas specified in Program Background (above). Further detail is provided in the draft Performance Based Work Statement (PBWS) attached to this announcement (Attachment 1). The estimated period of performance consists of a base year and four one year options with performance commencing on 1 August 2016. The contract is expected to be a hybrid with Firm Fixed Price CLINS for non-touch labor and scheduled maintenance and Cost-Plus Fixed-Fee CLINs for unscheduled maintenance. The Level of Effort for five years is estimated at 9,500,000 man-hours. The RFP is anticipated to be released in August of 2015. The proposed contract will include tasking that would be accomplished by labor categories that are subject to the Service Contract Act. The majority of the effort is covered by a Collective Bargaining Agreement (CBA) with the International Association of Machinists and Aerospace Workers, AFL-CIO, District Lodge 4, Local Lodge 4, which will expire during the term of the contract, therefore the successful offeror will be required to re-negotiate the CBA during the term of the contract. A DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have or demonstrate ability to obtain a "Secret" Facility Clearance. An approved Accounting System is required prior to award. ELIGIBILITY The applicable NAICS code for this requirement is 488190 (Aircraft Maintenance and Repair Services) with a Small Business Size Standard of $32.5M. The Product Service Code is J015 (Maintenance and Repair of Aircraft). Small Businesses are encouraged to respond and identify their business size in their capabilities statement. CAPABILITIES STATEMENT INFORMATION AND SUBMISSION A draft Performance Based Statement of Work (PBSOW) including draft Personnel Qualifications Description is attached for review. Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. Your Capabilities Statement must address, at a minimum, each of the following numbered items: 1.) Provide your current small business status for this requirement and company profile to include number of employees, annual revenue history, office locations, DUNs number, CAGE code, etc. Indicate whether you qualify for this requirement as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. 2.) In general, what type of work has your company performed in the past in support of aircraft maintenance? What specific technical skills does your company possess which ensure capability to perform the tasks outlined in the PBSOW? 3.) Have you ever managed a workforce of approximately 1,000 Full Time Equivalent (FTE) employees on a single contract? What is the largest workforce you've managed on a single contractual effort for the Government? 4.) Address your experience and ability to provide maintenance for a fleet of 100+ tails distributed over 40 - 45 separate T/M/Ss in non-fleet representative configurations? 5.) Address the capability of your business systems for timekeeping, invoicing, and personnel management of a workforce of approximately 1,000 FTEs. Do you have an approved Accounting System? 6.) Have you negotiated and managed Collective Bargaining Agreements with union representatives for a workforce of approximately 1,000 FTEs? What is the largest CBA you have ever negotiated? 7.) 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 an explanation of your company's ability to perform at least 50% of the tasking described in this PBSOW for the base period, as well as the option periods. 8.) Describe your ability to meet the Security requirements outlined in paragraph 9.18 of the PBSOW. Your response to this Sources Sought, including Capabilities Statement, shall be electronically submitted to the Contract Specialist, Denise Morrissette, in either Microsoft Word or Portable Document Format (PDF), via email at denise.morrissette@navy.mil. Phone calls not will be accepted. The deadline for response to this request is 5 February 2015, 2:00 pm EST. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to these Sources Sought.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/1300470793/listing.html)
 
Place of Performance
Address: Patuxent River NAS, Patuxent River, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN03621199-W 20150123/150121235133-32aa5a8a5f21bcc47b2a2f99f0bdd65e (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.