Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 29, 2015 FBO #4934
MODIFICATION

R -- Research, Development, Test and Evaluation (RDT&E) Infrastructure Division NAVAIR 5.4.1 - Draft RFP

Notice Date
5/27/2015
 
Notice Type
Modification/Amendment
 
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, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00421-15-R-0003
 
Archive Date
6/12/2015
 
Point of Contact
Brent Robinson, Phone: 3017372756
 
E-Mail Address
brent.robinson2@navy.mil
(brent.robinson2@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Incurred Cost and Progress Reporting PRE-SOLICIATION CONFERENCE & DRAFT RFP NOTICE Requirement for Research, Development, Test and Evaluation (RDT&E) Lab Information Technology (IT) Support/Navy (AIR 5.4.1) THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE. In accordance with Federal Acquisition Regulation (FAR) Part 15, the Naval Air Warfare Center, Research, Development, Test and Evaluation (RDT&E) Infrastructure Division (NAVAIR-5.4.1), Patuxent River, MD intends to conduct a small business set-aside, for Functional Area Management (FAM) support, Information Assurance (IA) support, and IT consulting services. The Government is hereby releasing a Draft Request for Proposal (RFP). This Pre-Solicitation Conference (commonly referred to as "Industry Day") will be conducted on 04 June 2015, to provide Offerors an opportunity to ask additional clarifying questions on the Draft RFP. Industry input is being sought prior to the release of the Formal RFP. Publicly releasable unclassified documentation, to include the Draft RFP and various attachments is included. All subsequent Draft RFP amendments and publicly releasable documentation will reside on FedBizOpps. It is recommended that interested Offerors check frequently for any updates. This announcement is not a contract, request for proposal, a promise to contract, or a commitment of any kind on the part of the Government. The Navy will not assume liability for costs incurred by an attendee or for travel expenses or marketing efforts; therefore, attendee cost in response to this notice is not considered an allowable direct charge to the Government. ELIGIBILITY This requirement is for the issuance of a Cost-Plus-Fixed-Fee (CPFF) and Firm-Fixed-Price (FFP) Single Award IDIQ for a base year four-one year ordering periods. The applicable NAICS code for this requirement is 541330 with a current size standard of $38.5M. The Product Service Code (PSC) is R425. PROGRAM INFORMATION: The RDT&E Infrastructure Division is responsible for the NAVAIR RDT&E network infrastructure. Additionally, this division provides the support and serves as the Navy Functional Area Management (FAM)/ IT Portfolio Manager for the Navy's RDT&E labs. The RDT&E Infrastructure division also provides information assurance support via the RDT&E Lab Information Assurance Support Team (RLIST) to our RDT&E labs, providing assistance and technical expertise to ensure compliance with various IA mandates and supporting the Certification and Accreditation (C&A) process. This division also provides other IT and consulting type functions in support of the Navy's RDT&E Labs in support of the RDT&E Executive which is a NAVAIR 5.4 function, including supporting the Service Management Office (SMO) within 5.4.1.2. The scope of this requirement is to provide Information Technology (IT) support services for the Naval Air Warfare Center Aircraft Division (NAWCAD), Research, Development, Test and Evaluation (RDT&E) Infrastructure Division (NAVAIR-5.4.1). This includes Functional Area Management (FAM) support, Information Assurance (IA) support, and IT consulting services. The requirement for these services is currently being performed under Task Order N00178-05-D-4539-M801, awarded to Rollout Systems, LLC. The NAVAIR Freedom of Information Act (FOIA) website is http://foia.navair.navy.mil. GENERAL INFORMATION: This effort will contain a base year and four option periods. The anticipated Period of Performance will be 04 April 2016 through 03 April 2021. The estimated total level of effort is approximately 528,000 man-hours per year. Refer to Section C: Statement of Work (SOW) for detailed information pertaining to the Labor Categories and qualifications under this requirement. Finally, as this is anticipated as a small business set-aside. CONTRACT TYPE: The Contract Type is for the issuance of a Cost-Plus-Fixed-Fee (CPFF) and Firm-Fixed-Price (FFP) vehicle. The current contract N00178-05-D-4539-M801 contains CPFF CLINs (Labor) and Cost-type CLINs (Material & ODC). Since the resultant contract will be a cost-type, the successful awardee will also be required to have a Government approved accounting system upon contract award. The Task Order technical requirements are outlined in Section C: Statement of Work and the deliverables are contained in Section J: Attachments. Additionally, this effort is subject to the Service Contract Act of 1965 (SCA) (41 U.S.C.6701 (3)), therefore, this draft RFP includes FAR 52.222-41 Service Contract Labor Standards, FAR 52.222-42: Statement of Equivalent Rates for Federal Hires and FAR 52.222-17: Non-Displacement of Qualified Workers. PRE-SOLICITATION CONFERENCE: AIR 5.4.1.2 Research, Development, Test and Evaluation (RDT&E) Infrastructure Division intends to conduct a Pre-solicitation Conference on 04 June 2015 at Patuxent River, MD. The purpose of this event is to provide a status update of this effort, inform industry of the requirements, receive industry's feedback on the draft RFP, and provide a Question & Answer/networking opportunity. The following is the projected schedule for the event planned for 04 June 2015: •· Introductions (Government Personnel) •· AIR-5.4.1 Overview •· Intended Acquisition Strategy •· Questions and Answers This is an UNCLASSIFIED event; no clearances are required. Information presented at the event will NOT be made available to Offerors, who are unable to attend the event. PRE-SOLICITATION CONFERENCE: Interested Prime Contractors are highly encouraged to take advantage of this opportunity. Number of participants from each firm will be limited to a maximum of three (3) representatives from each firm. Due to larger than anticipated interest registration is now required. Registration for the Pre-Solicitation must be made via email to the Contract Specialist: Brent Robinson, at Brent.Robinson2@navy.mil. All potential Offeror's must register prior to attending the event. Participants will have to register for the Pre-Solicitation Conference before 4:00 pm EST on 03 June 2015. All registered participants will receive a confirmation email, which will contain additional information. Comments, Clarifying Questions, and Responses: Unclassified written comments, recommendations, and questions regarding the draft RFP shall be addressed during the Pre-Solicitation Conference. All communications regarding this solicitation must come through the Procuring Contracting Officer, Bruce Stouffer, at (301) 737-2849 or Bruce.Stouffer@navy.mil and/or the Contract Specialist, Brent Robinson, at (301) 737-2756 or Brent.Robinson2@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-15-R-0003/listing.html)
 
Record
SN03744181-W 20150529/150528000137-d6bb01156274ef8d1d10753815c0e59e (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.