SOURCES SOUGHT
R -- New Acquisition Integrated Logistics Support (ILS) - N6449818R4037_DRAFT_SOW
- Notice Date
- 10/11/2018
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Philadelphia Division, 5001 S. Broad Street, Philadelphia, Pennsylvania, 19112-1403, United States
- ZIP Code
- 19112-1403
- Solicitation Number
- N64498-18-R-4037
- Point of Contact
- Rosemary Shuman, Phone: 2158971242
- E-Mail Address
-
rosemary.shuman@navy.mil
(rosemary.shuman@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- N6449818R4037 DRAFT SOW Scope - The Naval Surface Warfare Center, Philadelphia Division (NSWCPD) is seeking sources to provide new acquisition Integrated Logistics Support (ILS) services to assist with the planning, implementation and management of Hull, Mechanical and Electrical (HM&E) new acquisition/construction systems and initiatives. Services performed by the Contractor shall include various logistics support tasks necessary for continued operational readiness of the organization. Services required include: Acquisition, Engineering, and Logistics Program Support and Associated Analysis. The anticipated number of hours is as follows: Base Year: 24,960 Option Year 1: 24,960 Option Year 2: 24,960 Option Year 3: 24,960 Option Year 4: 24,960 If the base and all Options are exercised, the anticipated number of hours will be 124,800. Incumbent - This work is currently being performed under task order N00178-04-D-4089-EHQ5, by NDI Engineering Company, 100 Grove Road, Thorofare, NJ 08086-0518 Contract Type - A non-performed based Cost-Plus-Fixed-Fee (CPFF), Firm-Fixed-Price (FFP), Level-of-Effort (LOE), and completion type Multiple Award Contract (MAC) is anticipated. This requirement will be awarded based on tradeoff best value evaluation criteria. Period of Performance - The performance period will span five (5) years and include a base period of 12-months and four (4) 12-month option periods. Performance is anticipated to begin May 2019. Personnel Security Clearance - In accordance with SECNAV M-5510.30 Chapters 5 and 6, all Contractor personnel that require access to Department of Navy (DON) information systems and/or work on-site are designated Non-Critical Sensitive/IT-II positions, which require an open investigation or favorable adjudicated National Agency Check (NACLC) by the Industrial Security Clearance Office (DISCO). Facility Requirements - The place of performance for this effort will be the Naval Surface Warfare Center, Philadelphia Division (NSWCPD) in Philadelphia, PA (80%) with the remaining 20% at the following locations: Washington, DC; Pearl Harbor, HI; Pascagoula, MS, Mechanicsburg, PA; Norfolk, VA; Bath, ME; Panama City, FL; Slidell, LA; San Diego, CA; Port Hueneme, CA; Keyport, WA; Japan; Sigonella; and underway on U.S. Navy Ships, Submarines and Carriers, and US Coast Guard Cutters. An Active Secret Facility Clearance is required. Small Business Set-Aside - This sources sought is being issued for the purpose of identifying those small businesses under NAICS Code 541330 with the required expertise that might be interested in responding to a formal solicitation. Interested small businesses are invited to submit capability statements, not to exceed 5 double spaced, single-sided pages in length, describing their ability to fulfill this requirement. Capability Statements must include the following: (1) A complete description of the offeror's capabilities (including technical, program management, prototyping, etc.) related experience, facilities, techniques, or unique combination of factors that would directly relate to the Government's objectives as stated in the attached Statement of Work (SOW), (2) The qualifications, capabilities, and experiences of Contractor employees, who would be available to support this effort; (3) Demonstrated ability to obtain security clearances at the time of contract award for all personnel expected to provide support in accordance with the above requirement; (4) A summary of previous corporate experience relevant to the SOW obtained within at least the last five years together with applicable Government contract numbers and Government technical and contract points of contact with current telephone numbers; (5) A corporate roadmap on how labor categories not currently fulfilled by existing company personnel plan to be filled by the contract award date; (6) Any potential subcontracting arrangements being considered at this time. If subcontracting is contemplated, the capabilities statement shall contain sufficient information concerning the planned subcontracting arrangements to assure the Government that the limitations in FAR 52.219-14 can be met. These limitations require that at least 50% of the cost of contract performance incurred for personnel will be expended for employees of the prime contractor. Note 1: The requested information is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued nor will the Government pay for the information solicited. All information and data received in response to this sources sought marked or designated a corporate proprietary information will be fully protected and held in strict confidence. Note 2: Prior to the award of a cost-type task order, the Federal Acquisition Regulation (FAR) SubPart 16.301-3(a) requires that the contractor's accounting system be determined adequate for considering costs applicable to the contract or order. No telephone responses will be accepted. No contractor response received after the advertised due date and time will be accepted. No exceptions to this receipt deadline will be granted under any circumstances. Responses must be received no later than 12:00pm EST on 25 October 2018 by e-mail to Rosemary Shuman at rosemary.shuman@navy.mil. Milestones - It is anticipated that procurement milestones will occur on or around the following dates: Set Aside Determination: 10/31/18 Solicitation Issues: 11/14/18 Solicitation Closed: 12/21/18 Award Date: 03/31/19 Performance Start: 05/01/2019
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c18ba94a59984ed16eeaf6e22903ca2e)
- Record
- SN05121692-W 20181013/181011230915-c18ba94a59984ed16eeaf6e22903ca2e (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 |