SOURCES SOUGHT
R -- 5.0X AIRWorks LSI - Draft SOW & Labor Categories/Hours
- Notice Date
- 11/30/2016
- Notice Type
- Sources Sought
- 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
- N00421-17-R-0016
- Archive Date
- 12/30/2016
- Point of Contact
- Kristen W. Ferro, Phone: 3013420627
- E-Mail Address
-
kristen.ferro@navy.mil
(kristen.ferro@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Draft Labor Categories and Hours Draft Statement of Work (SOW) 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 Warfare Center - Aircraft Division (NAWCAD), AIR-2.5.1, at Patuxent River, MD announces its intention to procure the services necessary to provide support services to the NAWCAD AIRWorks Division (AIR-5.0X). 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 Product Service Code (PSC) for this requirement will be R425. The North American Industry Classification System (NAICS) is 541330 (Engineering Services) with a size standard of $38.5 million. All interested Small Businesses are encouraged to respond with a capabilities statement. PROGRAM BACKGROUND The Department of Defense (DoD), Department of the Navy (DON), Naval Air Systems Command (NAVAIRSYSCOM), Naval Air Warfare Center Aircraft Division (NAWCAD), AIRWorks Division (AIR-5.0X) has the requirement for Lead Systems Integrator (LSI) support to perform Engineering, Technical, and Project Management support for a wide variety of programs and platforms. The requirement will be to support potentially new systems or to improve existing systems within both the manned and unmanned aircraft inventory. ANTICIPATED PERIOD OF PERFORMANCE The anticipated period of performance includes a four (4) year ordering period. The anticipated start date is January 2018. ANTICIPATED CONTRACT TYPE The contract type is anticipated to be Cost plus Fixed Fee for labor and Cost Reimbursable for Other Direct Costs (ODCs) including travel and material. This is expected to be an Indefinite Delivery Indefinite Quantity (IDIQ) contract with an estimated total Level of Effort of approximately 873,600 hours (with 1 Full Time Equivalent being comprised of 1,920 hours per year) over a period of four (4) years. These services shall be performed within 50 miles of Patuxent River Naval Air Station. REQUIREMENTS See Attachment 1, Draft Statement of Work (SOW) and Attachment 2, Draft Labor Categories and Hours. Labor categories anticipated to execute the contemplated services are included in the attached Draft SOW. The anticipated hours per labor category are included in the attachment Draft Labor Category and Hours document. 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, with the exception of Service Disabled Veteran Owned Small Businesses (FAR 52.219-27(a)(l)) and HUBZone Small Businesses (FAR 52.219-3(d)(1)). 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. Since at least a portion of the resultant contract will be on a cost-type basis, the successful awardee will also be required to have a Government approved accounting system upon contract award. SUBMITTAL INFORMATION It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the services listed in the attached SOW. This documentation must address, at a minimum, the following: What type of work has your company performed in the past in support of the same or similar requirement? Can or has your company managed a task of this nature? If so, please provide details. Can or has your company managed a team of subcontractors before? If so, please cite contracts and teaming arrangement. What specific technical skills does your company possess which ensures capability to perform the tasks? It is requested that, in the response to the Sources Sought, the company explain its capability to accomplish the work specified under the paragraphs 3.1 through 3.6 of the draft SOW Technical Requirements. If the company finds itself not capable to perform all parts of the SOW, please specify which portions of the SOW it is not capable of accomplishing. If the company will be teaming or utilizing subcontractors, please include information regarding which work the subcontractor will be responsible for and how the prime will determine the subcontractor is capable of accomplishing the work. Provide an explanation of your company's ability to perform at least 50% of the tasking described in this SOW for the ordering period. Provide a statement including current business size status and company profile to include number of employees, annual revenue history, office locations, CAGE code, DUNS number, etc. The capability statement package shall be sent by email to kristen.ferro@navy.mil. Submissions must be received at the office cited no later than 10:00 a.m. Eastern Time on Thursday 15 December 2016. Questions or comments regarding this notice may be addressed to Kristen Ferro via email at kristen.ferro@navy.mil. All responses must include the following information: Company Name; Company Address; Company Business Size; and Point-of-Contact (POC) name, phone number, fax number, and e-mail address.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-17-R-0016/listing.html)
- Place of Performance
- Address: Patuxent River, Maryland, 20670, United States
- Zip Code: 20670
- Zip Code: 20670
- Record
- SN04339830-W 20161202/161130234904-cb10e9f215f8583dadde29878ff12dc6 (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 |