SOURCES SOUGHT
R -- Metrology Logistics, Engineering, and Technical Support - Draft SOW
- Notice Date
- 11/2/2018
- 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
- N___A
- Archive Date
- 12/2/2018
- Point of Contact
- Ian Tivnan, Phone: 3017576611
- E-Mail Address
-
ian.tivnan@navy.mil
(ian.tivnan@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft SOW AIR-6.7.6.3 Metrology Logistics, Engineering, and Technical Support The Naval Air Warfare Center - Aircraft Division (AIR-2.5.1.14), Patuxent River, MD is seeking information for potential sources of Metrology Technical Support Services. The tasking is to provide the Naval Air Systems Command (NAVAIR) Metrology and Calibration Program (METCAL), AIR 6.7.6.3 with logistics, metrology engineering and technical services, software, hardware documentation, analysis, and technical data (results of data analysis) to support the development of advanced metrology measurement technologies, primarily through the use of modeling and simulation. Additionally, this Sources Sought notice is being published with the intent to promote competition. Suggestions from industry regarding how competition may best be achieved are requested. All such suggestions will be considered; however, the Government reserves the right to solicit for the required services in a manner of its own choosing in accordance with the applicable procurement regulations. ANTICIPATED PLACE OF PERFORMANCE The primary location for services in support of this contract will be at the Naval Air Station (NAS), Patuxent River, MD and the contractor shall have an office within 30 miles of NAS Patuxent River to facilitate technical monitoring of task progress/adequacy and rapid response to technical questions with minimal travel time. The requirement for an office shall be met by the contractor upon contract award. A contractor does not need to have a local Engineering Field Office established prior to submitting a response to this Sources Sought notice. The anticipated place of performance and on-site/off-site support requirements are as follows: Place of Performance Percentage of Total Effort % On-Site Government % Off-Site Contractor Patuxent River, MD 100% 60% 40% 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 The required support activities include specialized logistical, engineering, and technical services for the support of the following tasks: •· - Calibration Standards (CALSTDs) allowancing •· - CALSTDs inventory management •· - technical data management •· - Metrology engineering, logistics support •· - technical document development •· - Calibration Readiness Modeling •· - Metrology Requirements Management System •· - process development •· - training Two key areas are the Calibration Readiness Modeling and Metrology Requirements Management System. The Calibration Readiness Modeling documents, maintains, validates performance, and recommends improvements to Chief Naval Operations (OPNAV) calibration readiness models that forecast METCAL product and service requirements necessary to achieve OPNAV goals for Test, Measurement, Diagnostic Equipment (TMDE) reliability and availability within various fleet operational tempo environments (Optimized Fleet Response Plan (OFRP)). The Metrology Requirements Management System will centralize and integrate current Program management processes for Calibration Standards (CALSTDs) Allowancing, Instrument Calibration Procedure (ICP) Library management, CALSTDs Modernization, Capability Sun-setting, and Geographic Workload Planning, to provide for visibility and control over the Program calibration support requirement. The requirement for these services is currently being performed under FA8222-12-D-0013-0008 by KIHOMAC, Inc. The NAVAIR Freedom of Information Act (FOIA) website is http://foia.navair.navy.mil. REQUIRED CAPABILITIES Refer to the attached Draft Statement of Work (SOW) The Contract Type is anticipated to be a Cost-Plus-Fixed-Fee (CPFF) Single Award Indefinite Delivery Indefinite Quantity (IDIQ) vehicle. The estimated total level of effort is approximately 169,920 hours inclusive of all years. The anticipated ordering period for the IDIQ vehicle is five years, with performance starting on date of award. The anticipated RFP release date is 01 Dec 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 performance For a Small Business Set-Aside, the small business prime cannot utilize the cost of 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(1)(i) and HUBZone Small Businesses (FAR 52.219-3(d)(1). The attached draft SOW provides additional information about the required tasking. It is requested that, in its response to the Sources Sought, a vendor identify whether it has the capability to perform the tasking identified in Section C, Paragraphs 3.3.1.1.1, 3.3.1.1.2, 3.3.2.1.1, and 3.3.2.1.2. Since the resultant contract is anticipated to be a cost-type, the successful awardee will be required to have a Government approved accounting system upon contract award. ELIGIBILITY The applicable NAICS code for this requirement is 541330 with a current size standard of $38.5 M. The Product Service Code (PSC) is R425. SPECIAL REQUIREMENTS Any resulting contract is anticipated to have a security classification level of Secret. SUBMISSION DETAILS The capability statement package should be emailed to Ian Tivnan, Ian.tivnan@navy.mil. Submissions must be received no later than 11:59 PM Eastern Time on 17 Nov 2018. Interested businesses should submit a brief capabilities statement package (no more than Twenty five (25) 8.5x11 inch pages, font no smaller than 10-point) demonstrating ability to provide the services for the paragraphs identified above from the SOW. Documentation should be in bullet format. This document must address, at a minimum, the following: (1) title of the SOW for which the capabilities statement is being submitted; (2) prior/current corporate experience performing efforts of similar size and scope within the last 3 years, including Contract Number, organization supported, indication of whether as a prime or subcontractor, contract value, Government point of contact, and a brief description of how the referenced contract related to the services described in the SOW; (3) company profile to include number of employees, annual revenue history, office location, DUNS number, CAGE code and a statement regarding current small business size status to include socio-economic status, if applicable; (4) resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications and specific experience of such personnel; (5) management approach to staffing this effort with qualified personnel which should address current hires available for assignment to this effort, possible subcontract/teaming arrangements, and strategy for recruiting and retaining qualified personnel (6) if you are a small business, provide an explanation of your ability to perform at least 50% of the overall effort in the attached SOW; and (7) company's ability to begin performance upon the anticipated contract award date. 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 email address. As indicated in the "Introduction" paragraph, suggestions from industry regarding how competition (i.e., multiple offers in response to the solicitation) may best be achieved are also requested as part of a firm's response to this Sources Sought. Additionally, if there is a portion of the statement of work which could be considered as a possible separate opportunity for a small business set-aside, please include that information in the response. 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. No phone calls will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N___A/listing.html)
- Record
- SN05142368-W 20181104/181102230550-a7a640c277fd401e9af669b75e066e1c (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 |