Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 03, 2015 FBO #4970
SOURCES SOUGHT

71 -- Project Engineering Station Room Consoles - PES Room Console Requirements

Notice Date
7/1/2015
 
Notice Type
Sources Sought
 
NAICS
337211 — Wood Office Furniture Manufacturing
 
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-0074-01
 
Archive Date
7/30/2015
 
Point of Contact
Karla Norwood, Phone: 3017579784
 
E-Mail Address
karla.norwood1@navy.mil
(karla.norwood1@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
PES Room Console Requirements The responses of the Sources Sought will be utilized to determine if any Small Business Set-Aside opportunities exist. All Small Business Set-Aside categories will be considered. In addition, this market research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a Solicitation. If/When a solicitation is released; it is anticipated to be synopsized via the Navy's electronic platform for acquiring supplies (Federal Business Opportunities) at http://www.fbo.gov. It is the responsibility of potential offerors to monitor this site for additional information pertaining to this requirement. 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. INTRODUCTION The Naval Air Systems Command, Aircraft Support Contracts Department (AIR 2.5.1.11) Patuxent River, MD is seeking information for potential sources to support the procurement of on a competitive basis for the Atlantic Test Range, NAVAIR National Range Department located at Patuxent River, MD. The Real-Time Telemetry Processing System (RTPS) is used at the Naval Air Warfare Center Aircraft Division at Patuxent River, MD to monitor test flights of DoD aircraft and aircraft systems. RTPS is developed, operated and maintained by the Telemetry Systems Branch (5.2.4.3) which is located at the Atlantic Test Range, Bldg 2118. The primary use of the system is to provide real-time monitoring of test flights to ensure crew safety. Additionally, the use of RTPS for real-time test flight monitoring ensures that test points are achieved increasing test efficiency. The current system (RTPS IV) has been in service since 2002. There are currently nine data monitoring rooms, called Project Engineer Stations (PES), at Bldg 2118 and one at the Presidential Helicopter Hangar (Bldg 2805). The Telemetry Systems Branch also has several mobile systems that are based on the RTPS System architecture. One system is installed in a tractor-trailer, one is installed in a mobile van and three are transported in shipping containers and used at remote site locations such as aircraft carriers and other DoD bases around the world. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible small business firms capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. ELIGIBILITY The applicable NAICS code for this requirement is 337211 (Wood Office Furniture Manufacturing) with a small business size standard of 500 employees. All interested businesses are encouraged to respond, however, each respondent must clearly identify their business size in their capabilities statement. The Product Service Code (PSC) is 7110 (Office Furniture). PROGRAM BACKGROUND The Atlantic Test Range (ATR) designs, develops, integrates, installs, maintains, and operates all test range instrumentation, communications and digital data gathering and handling equipment at NAVAIR Patuxent River. The Real-Time Telemetry Processing System (RTPS) is recognized throughout the flight test community as an essential productivity and safety of flight tool. It has handled tens of thousands of flights for virtually every Navy test program since 1973. ANTICIPATED PERIOD OF PERFORMANCE - One (1) Base year with two (2) one (1) year options. First delivery date: 90 days after contract award (for first CLIN) and 30 days for all subsequent CLINs. The contract type is anticipated to be a Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract. Delivery shall take place at the Atlantic Test Range at Patuxent River, Maryland. REQUIRED CAPABILITIES A draft document that includes the required specifications is attached for review. Please note these documents are subject to change. See the attachment for the PES Room Console Requirements. In addition to the requirements above, please note that under a Small Business Set-Aside, the small business prime must perform at least 50% of the work themselves in terms of cost of performance. Cost of performance includes direct labor costs, overhead that has only direct labor as its base, and the small business' General & Administrative rate multiplied by the labor cost. The small business prime cannot utilize the cost performance of other small businesses it utilizes as subcontractors in calculating its performance to comply with FAR Clause 52.219-14. If the prime is a joint venture, the cost of performance by both small business concerns is utilized in calculating its performance to comply with FAR 52.219-14. SUBMISSION DETAILS Interested businesses shall submit a brief capabilities statement package no more than ten (10) pages in length, 8.5 X 11 inch pages, font no smaller than 12 point, 1.5 spaced demonstrating their ability to perform the services listed in the attached "DRAFT" PWS. Documentation should be in bullet format. All responses shall include Company Name, Company Address, Company Business Size, and Points-of-Contact (POC) including name, phone number, fax number, and e-mail address. The documentation must address, at a minimum, the following: 1. Title of the requirement you are applying to 2. Company profile to include number of employees, annual revenue history, office location(s), DUNS number and a statement regarding current small/large business status. 3. Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described herein; (a). Describe the specific technical skill and experience which your company possesses which will ensure capability to perform requirements as outlined in the draft performance work statement. 4. Provide a sample drawing of the consoles in accordance with the drafted SOW. Proprietary information MUST be marked as such, on a page-by-page basis. (a) Interested sources shall state whether their product is available commercially, made domestically of domestic textiles (must be Berry compliant - manufacturers must list the origin and place of manufacturing operations of all components). 5. Management approach to staffing this effort with qualified personnel; 6. Statement regarding capability to obtain the required industrial security clearances for personnel; 7. Company's ability to perform at least 50% of the work; and 8. Company's ability to begin performance upon contract award. The capability statement package shall be electronically submitted to Karla Norwood at karla.norwood1@navy.mil with the subject line "PES Sources Sought". Submissions must be received electronically no later than 3:00 p.m. Eastern Standard Time on 15 July 2015. Questions or comments regarding this notice must be submitted by 3:00 p.m. Eastern Standard Time 8 July 2015. All responses must include the following information: Company name, Company Address, Company Business Size, and POC name, phone number, fax number and email address. 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 and no basis for claims against the Government shall arise as a result of a response to this Sources Sought. Materials submitted in response to this request WILL NOT be returned. The Government is not committed nor obligated to pay for the information provided.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-15-R-0074-01/listing.html)
 
Place of Performance
Address: Atlantic Test Range, Patuxent River, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN03783108-W 20150703/150701235909-69d58b5e6e80bbb0ff5c0dc23199e1cd (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.