SOURCES SOUGHT
R -- Engineering Support Services (ESS) for the Fleet Support Team Site Engineering Department at FRC East
- Notice Date
- 4/21/2020 6:24:46 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NAWC TRAINING SYSTEMS DIV ORLANDO FL 32826-3224 USA
- ZIP Code
- 32826-3224
- Solicitation Number
- N6134020R0092
- Response Due
- 5/8/2020 11:00:00 AM
- Archive Date
- 05/23/2020
- Point of Contact
- Kristen Williams, Phone: 407-380-4066, David Kors, Phone: 407-380-4299
- E-Mail Address
-
Kristen.williams1@navy.mil, david.kors@navy.mil
(Kristen.williams1@navy.mil, david.kors@navy.mil)
- Description
- Naval Air Warfare Center Training Systems Division (NAWCTSD), Orlando, Florida has a requirement to procure Engineering Support Services (ESS) in support of weapon systems supported by the Site Engineering Department at FRC East located on Marine Corps Air Station Cherry Point, North Carolina. This includes the AV-8, C-130, H-1, H-46, H-53, H-60, V-22, VH-92, MQ-8, RQ-21, F-18, F-35, Consolidated Automated Support System (CASS), Foreign Military Sales, and the various engines, structures, components and support systems associated with these and other future assigned weapon systems. This requirement is a follow-on procurement to N61340-17-D-0001 currently being performed by LTM, Inc., CAGE code: 06WH5. The contract is due to expire 14 December 2021. The associated Product/Supply Code (PSC) is R425. NAICS code 541330 is applicable. It is anticipated that this requirement will be solicited as a single-award, indefinite-delivery indefinite-quantity cost type task order contract with a 5-year ordering period and estimated hours of 1,436,000. Services will be required to support the full range of engineering disciplines required to support the above weapon systems. Section 3.4 Detailed Engineering Support Requirements, of the attached DRAFT Statement of Work (SOW), describes and represents, though not all encompassing, of the tasks, services, technical data, and information the contractor shall be required to provide in the individual Task Orders. ESS shall be performed both off-site at Contractor facilities and onsite at government facilities, to include all FRC East detachments and remote sites, inside the continental United States (CONUS) or Outside the Continental United States (OCONUS). The contractor shall have administrative facilities within 30 miles of the FRC East Marine Corps Air Station Cherry Point, NC. Approximately 94% of contractor support will be provided on or around the FRC East Marine Corps Air Station Cherry Point, NC with approximately 44% of that support being onsite at FRC East Marine Corps Air Station Cherry Point, NC and the remaining 56% offsite near the FRC East Marine Corps Air Station Cherry Point, NC. Additional support shall occur in such places as MCAS New River, NC (Onslow County); Hulbert Field, FL (Okaloosa County); NAS North Island (San Diego County CA); and NAS Norfolk, VA (Virginia Beach). The Fleet Support Team Site Engineering Department at Marine Corp Air Station Cherry Point, NC is ISO9001 registered and compliant. In accordance with ISO requirements, individual task orders shall identify procedures to document standardized processes for receipt, assignment, performance and oversight of assigned work, which the task order must conform to during the performance of this requirement. The nature of these ISO procedures is such that they identify applicable technical guidance and standardized output formats for assigned work. The contractor has the prerogative, within the framework of these identified standards, to utilize personal judgment and professional aptitude in how the specific tasks are accomplished. The contractor shall comply with the ISO procedures. Responses to this Sources Sought will assist the Government in determining a procurement strategy. Potential strategies could range from a small-business set-aside to one of the socio-economic contracting programs in FAR Part 19. Interested companies shall provide a written response to this announcement consisting of the following: Capability Statement Submissions: It is requested that interested businesses submit a brief Capabilities Statement (no more than 10 pages in length, single-spaced, 12-point font minimum) demonstrating the ability to perform the services presented in the attached draft SOW.� The Capabilities Statement must address, at a minimum, the following: 1. What type of work has your company performed in the past in support of the same or similar requirement? 2. What specific technical skills, qualifications, knowledge of applicable ISO standards, and Information Technology Level II or Level I certifications does your company possess which ensure capability to perform the tasks? 3. Can or has your company managed a task of this nature before? Was it managed in an ISO (or similar type) controlled environment? 4. Has your company managed a team of subcontractors before? 5. Please provide an explanation of your company�s plan to manage a contract of this magnitude (approximately 287,300 labor hours per year); specifically, please address how your company plans to manage concurrent taskings from a personnel, logistical, and financial standpoint. 6. Provide an explanation of your company�s ability to perform 50% of the work with company resources. Please be advised that the FAR 52.219-14 Limitations on Subcontracting clause has changed. Deviation 2020-O0008 is now in effect which includes the definition of �Similarly Situated Entity� and provides a revised methodology for the 50% calculation for compliance with the clause. Small business primes may count �first tier subcontracted� work performed by similarly situated entities as if it were performed by the prime itself. Please read the full text of the clause deviation (52.219-14 Class Deviation 2020-O0008 rev 1 dated 04/03/20 at https://www.acq.osd.mil/dpap/policy/policyvault/USA000735-20-DPC.pdf). To assist in our market research and determination of any applicable small business set-aside for this effort, if you are a small business interested in priming this effort and plan to utilize �similarly situated entities� to meet the Limitations on Subcontracting, please identify the name & CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare. Information regarding any planned similarly situated entity should be included in answering any questions outlined in the SSN in order to assist the Government�s capability determination. All responses must include the following information: company name, CAGE code, company address, and a statement regarding its current Small Business Administration (SBA) business size and socio-economic classification under NAICS code 541330 (Small Business Size Standard $41.5 million). This requirement is anticipated to be a cost type contract. Successful awardees will be required to have a Government approved accounting system upon contract award. Responses are to be no more than ten pages in length using 12 point Times New Roman font. 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. The deadline for submission of information is 8-MAY-2020 at 2:00 Eastern time. Submissions should be made by email only to the primary POC Kristen Williams, Kristen.williams1@navy.mil with CC to alternate POC David Kors, david.kors@navy.mil. Questions concerning this notice should be directed to the primary POC Kristen Williams, Kristen.williams1@navy.mil, or the alternate POC David Kors, david.kors@navy.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/cbbda08034f84232b03bfeab20f7ece1/view)
- Place of Performance
- Address: Havelock, NC 28532, USA
- Zip Code: 28532
- Country: USA
- Zip Code: 28532
- Record
- SN05631343-F 20200423/200422060435 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |