SOURCES SOUGHT
A -- NAVAL AIR SYSTEMS COMAND (NAVAIR) ENVIRONMENTAL AND ENERGY PROCESS DIVISION (AIR 1.1.6) SUPPORT - AIR 1 1 6 Support Sources Sought PWS
- Notice Date
- 4/16/2018
- Notice Type
- Sources Sought
- NAICS
- 541620
— Environmental Consulting 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
- N00421-18-R-0059
- Archive Date
- 5/17/2018
- Point of Contact
- Matthew D. Hudson, Phone: 3013424699
- E-Mail Address
-
matthew.d.hudson@navy.mil
(matthew.d.hudson@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Performance Work Statement INTRODUCTION 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 THE RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICLY VOLUNTARY. This Sources Sought is a market research tool being used to determine potential and eligible business firms that are capable of providing the supplies described herein prior to determining the method of acquisition and issuance of a Request for Proposal (RFP). This Sources Sought will also be utilized to determine if any Small Business Set-Aside opportunities exist. The Product Service Code (PSC) for this requirement is AH96. The North American Industry Classification System (NAICS) code for this requirement is 541620 NAICS with a standard size of $15.0M. This requirement is currently being performed by Booz Allen Hamilton LLC under CONTRACT / Task Order # FA8075-14-D-0016-0020 (Defense Systems Technical Area Task DT-16-1226). All interested businesses are encouraged to respond, but only those businesses or teaming arrangements that are considered small under 541620 NAICS will be considered for small business set-aside decisions. If/when a synopsis is released; it is anticipated to be synopsized via the Federal Business Opportunities. It is the responsibility of potential offerors to monitor this site for additional information pertaining to this requirement. The Naval Air Warfare Center - Aircraft Division (NAWCAD), AIR- 2.5.1.11 at Patuxent River, MD announces its intention to procure, on a competitive basis, the services necessary to provide specialized environmental / energy program management, technical consultant, data structuring, analysis, and modeling support. Contractors shall provide project support by interfacing primarily with organic resources or military personnel, but also with other contractor support personnel as it relates to individual aspects of NAVAIR integration of environmental and energy requirements into acquisition support of efforts as described in the attached Draft Performance Based Statement of Work (PBSOW). REQUIRED CAPABILITIES See attached Draft PWSOW. The Contract Type is anticipated to be a X-CLIN TYPE CPFF, with a five-year period of performance. This office anticipates awarding a contract for the required services around 31 October 2018. 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 the 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. SUBMISSION DETAILS It is requested that interested small businesses submit to the contracting office a brief capabilities package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating experience in performing the services identified in the attached Draft PBSOW. This documentation must address, at a minimum, the following: (1) title of the Draft PBSOW 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 (3) years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract value(s) (include overall contract value(s) and amount by year performed specifically by your company)), Government point of contact with current telephone number, and a brief description of how the referenced contract relates (including size and/or location of customer base); (3a) In the capability package the Offeror must respond to and provide detailed answers to all of the following questions: · What experience does the contractor have in regards to providing Environmental and Energy (E2) Subject Matter Expertise, products, and services supporting statutory and regulatory requirements and DoD and Navy policies? · What functional or technical expertise, past performance, and personnel experience does the contractor have with respect to the interpretation and execution of operational energy requirements, including the Energy Efficiency Key Performance Parameter (eKPP), and the Fully-Burdened Cost of Energy (FBCE)? · What expertise / experience does the contractor have in regard to developing and maintaining applications utilizing SQL Server 2008, Microsoft IIS 7.0, ASP.NET 4.0, CKEditor, Component Art Web Controls, and ASPOSE for the creation of environmental documentation and/or collection / analysis of environmental and energy data? · What functional or technical expertise, past performance, and personnel experience does the contractor have with regards to supporting environmental compliance-related efforts dealing with Programmatic Environment Safety and Health Evaluation (PESHE), the National Environmental Policy Act (NEPA), and/or Executive Order (EO) 12114)? · What expertise and experience does the contractor have specifically with regards to development and maintenance of Government owned knowledge management sites, pages, and databases utilizing frameworks like SharePoint? (4) company has 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 support a geographically-disbursed effort and have personnel located at the cities specified; (5) company's ability to perform more than 50% of the work; and (6) company's ability to begin performance upon the anticipated contract award. The capability statement package shall be sent to Matthew D. Hudson via email at matthew.d.hudson@navy.mil. Submission emails should not exceed 5MB and must be received at the office cited no later than 2:00 p.m. Eastern Standard Time on 02 May 2018. Questions or comments regarding this notice may be addressed via email to matthew.d.hudson@navy.mil, Contract Specialist by 01 May 2018. 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. Information and materials submitted in response to this request WILL NOT be returned.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-18-R-0059/listing.html)
- Place of Performance
- Address: Naval Air Warfare Center Aircraft Division Pax River, Patuxent River, Maryland, 20670, United States
- Zip Code: 20670
- Zip Code: 20670
- Record
- SN04890545-W 20180418/180416230757-b2b25ce37b80f1a17379b2a38a3fa9db (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 |