Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 26, 2015 FBO #4963
SOURCES SOUGHT

R -- Depot Level Maintenance Support Services - Attachment 1

Notice Date
6/24/2015
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
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
N6893615R0097
 
Archive Date
7/20/2016
 
Point of Contact
Robert Charlon, Phone: 760-939-3382, Debra A. Zamarron, Phone: (760) 939-9658
 
E-Mail Address
robert.charlon@navy.mil, debra.zamarron@navy.mil
(robert.charlon@navy.mil, debra.zamarron@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft Performance Work Statement The Naval Air Systems Command, Weapons Division Contracts Department (Code 2.5.4.2), China Lake, California is conducting a market survey of industry in support for Production Support Services (PSS), excluding touch labor, for Depot Level Maintenance (DLM), Modernization, Conversion, In-Service Repair, and Overhaul. Services will be provided to Fleet Readiness Center Southwest (FRCSW), North Island San Diego, California. The Contractor shall provide FRCSW Industrial Production Support Department (IPSD) services in direct support of Industrial Plant Equipment consisting of various industrial and facilities equipment. The contractor shall provide requisite depot workload logistics support services for the FRCSW, Command Maintenance Control Center, Tool Control/Support Services, Code 63230. The Contractor shall provide Quality Assurance to the needs and requirements of the FRCSW at North Island and at designated remote sites, and includes such services as 2nd Party Internal Audits and 3rd Party External Audits, to maintain the Aerospace Standards (AS) 9100/9110, ISO 14001 2004 and OHSAS-18001:2007 registrations. FRCSWs primary responsibility as a Maintenance Repair Organization (MRO) is to provide fleet readiness support to the naval aviator. FRCSW is also responsible for ensuring that all maintenance support functions are provided through the Industrial Production Support department which provides engineering, planning and maintenance of FRCSW's industrial plant equipment. The Command Maintenance Control Center, Tool Control/Support Services has the Responsibility for keeping the Central Tool Room and Satellite Tool Crib Centers in compliance with COMNAVAIRFORINST 4790.2B, Section 10.12, Positive Tool Control Program and keeping databases related to tool use and replenishment current and up to date. Contractor support services shall be used in performing tool room operational tasks in support of the Command Tool Program. Services include regular and recurring tool and parts room receipt, storage, identification, inventory, order and issue of hand, unique and consumable tools. The Industrial Operations Compliance Program, Code 6.3.5 and Industrial Quality Department, Code 6.4 has the responsibility to provide Quality Assurance. Third-party auditing and registration are AS, ISO and OHSAS requirements. Second-party auditing by definition cannot be accomplished with in-house organic resources. A second-party auditor avoids having Quality Department personnel audit their own Quality Processes or environmental staffs audit their own environmental programs. High-level consulting services to support AS, or NADCAP (National Aerospace and Defense Contractors Accreditation Program) certification are not available in-house. It is also key to note that contract support in this role enables the department to surge its technical capability where needed in a timely fashion. The applicable NAICS code for this requirement is 336411 with a small business size standard of 1,000 employees. 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 Sarah Ferrucci (contact information listed below). If this machine is offered via a GSA Schedule, please reference the corresponding GSA Contract Number in the capability statement submitted to the contract specialist. All interested sources shall submit the following information in a capabilities statement package (not to exceed 5 written pages, in files readable by Adobe Reader 10 or Microsoft Word 2007, to include no more than FIVE single-sided 8.5-11 inch pages, with no font smaller than 10 point.) demonstrating ability to perform the specific requirements discussed above. This documentation must address, at a minimum, the following: (1) Company details including: Company Name; Cage Code; DUNS Number; Company Address; Company Business Size; Technical and Management Points-of-Contact (POCs) -names, phone numbers, and e-mail addresses. (2) 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 supplies described herein. (3) A capability statement that addresses the ability to meet the requirements defined in the Draft Technical and Logistics Requirements (See Attachment 1). (4) Details about any specific system configuration(s) that could potentially be offered to support a future solicitation, including technical component details and approximate costs. Note: The Government desires a breakout cost for all removable subcomponents (e.g., hard drives, mouse, optical drives, batteries, etc.) of the system configuration(s) offered. (5) Vendors may be requested, at a later date, to provide a machine for assessment purposes. To support this potentiality, the vendor should respond to the following questions: Does the vendor offer a demonstration product for potential purchasers? What is the maximum period of time that the vendor will make a demonstration product available to the Government for consideration? (6) Any other questions or recommendations regarding this sources sought. If submitting capabilities statement package by email (preferred method), the following restrictions apply: (1) Limit graphics; (2) the contents of the email cannot exceed 5MB; (3) Use standard file extensions: 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: robert.charlon@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: Robert Charlon, 429 E. Bowen Ave, MS 4015, China Lake, CA 93555-6108 (4) send an e-mail notification to the contract specialist stating you have mailed in the submission. Submittals are capability 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. "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/N6893615R0097/listing.html)
 
Place of Performance
Address: North Island, San Diego, California, United States
 
Record
SN03774727-W 20150626/150624235133-ee0821f1b806fc85fed5170c3a02874d (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.