Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 03, 2016 FBO #5459
SOURCES SOUGHT

J -- Lab Augmentation Service - Lab Augmentation Service

Notice Date
11/1/2016
 
Notice Type
Sources Sought
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
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
N00421-17-SS-0001
 
Archive Date
11/30/2016
 
Point of Contact
Sotanya Rushing, Phone: (301) 757-1829
 
E-Mail Address
sotanya.rushing@navy.mil
(sotanya.rushing@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
DRAFT Lab Augmentation Service PWS Notice Information Solicitation: Sources Sought - 4.1.12.1 METCAL Agency/Office: Naval Air Systems Command Location: Naval Air Warfare Center Aircraft Division Patuxent River Title: Sources Sought for Lab Augmentation Service Description(s): The Naval Air Warfare Center, Aircraft Division (NAWCAD) NAVAIR Metrology and Calibration Laboratory (METCAL) (AIR-4.1.12.1), Patuxent River, Maryland is conducting market research to identify and determine if there are potential sources including Small Business Set-Aside opportunities which have the capabilities for augment existing METCAL with specialized calibration standards, software, adjustment tools, quality tracking systems, calibration, adjustment and repair expertise and all associated labor. 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 See the attached draft Performance Based Statement of Work describes Lab Augmentation Service support services required for the NAVAIR Metrology and Calibration Laboratory. REQUIRED CAPABILITIES This will be an ID/IQ contract vehicle that will have specific task orders to be issued, based on the general tasking outlined in the Statement of Work (SOW). The contractor shall be required to work in a highly integrated team environment. Tasking addresses the management, equipment, repairs installation, integration, upgrade, analysis, documentation, operation, and maintenance of the Patuxent River METCAL laboratories, facilities and related projects. Contractor must be trained thru Keysight on the Keysight N7800A to calibrate instruments manufactured by Hewlett Packard (HP), Agilent Technologies (Agilent) and Keysight Technologies (Keysight). The taskings will be Cost- Plus Fixed Fee with some cost reimbursable items. ELIGIBILITY The appropriate Product Service Code (PSC) is J052. The North American Industry Classification System (NAICS) Code is 334515 with a Small Business Size of 750 employees. SUBMISSION DETAILS (CABILITIES STATEMENT) Interested businesses shall submit responses electronically to the Contracting Officer, Sotanya Rushing, in Microsoft Word or Portable Document Format (PDF) at sotanya.rushing@navy.mil no later than 2:00 pm Eastern Standard Time on November 15, 2016. No phone or email solicitations with regard to the status of the RFP will be accepted prior to its release. Specific details will be provided in a solicitation which will be posted at https://www.fbo.gov/. Be advised that periodic access to the website is essential for obtaining updated documentation and the latest information regarding this procurement. All data received in response to this source sought, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. Interested Businesses should submit a brief capabilities statement package (no more than ten (10) one-sided, 8.5x11inch pages in length with font no smaller than 10 point) demonstrating the ability to perform the services listed in this notice and draft PBSOW. Vendor responses shall include the following administrative information: 1. Company Name, Company Address, and Points of Contact including name, telephone number, fax number, and email address. 2.Respondents to this notice also must indicate whether they are a large business or qualify as a Small Business (SB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), HUBZone Small Business (HUBZone), Veteran-Owned Small Business (VOSB), or Service-Disabled Veteran Owned Small Business (SDVOSB) Concern. 3. Company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status. 4. 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. 5. 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, and the ability to have personnel located at the city specified. 6. Statement regarding capability to obtain the required industrial security clearances for personnel. 7. Please 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 Company's ability to perform more than 50% of the work 8. Company's ability to begin performance upon contract award. All responses must be sufficient to permit agency analysis to establish bona fide capability to meet requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-17-SS-0001/listing.html)
 
Place of Performance
Address: Patuxent River, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN04317406-W 20161103/161101234341-f4b45081851f3f3ac7df26ff7b2d7465 (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.