Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 13, 2020 SAM #6863
SOURCES SOUGHT

L -- NATEC MRT Corrosion Control

Notice Date
9/11/2020 3:27:48 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAVAL AIR WARFARE CENTER CHINA LAKE CA 93555-6018 USA
 
ZIP Code
93555-6018
 
Solicitation Number
N6893620R0145
 
Response Due
9/25/2020 4:00:00 PM
 
Archive Date
09/11/2021
 
Point of Contact
Matthew Minnick, Phone: 760-793-3232, David Belasco, Phone: 7609391087
 
E-Mail Address
matthew.p.minnick@navy.mil, david.belasco@navy.mil
(matthew.p.minnick@navy.mil, david.belasco@navy.mil)
 
Description
The Naval Air Systems Command, Weapons Division (NAWCWD), China Lake, CA is conducting a market survey to determine the interest and capability of Industry to participate in a competitive acquisition for Contractor Engineering Technical Services (CETS) Contractor Field Services (CFS) for Naval Air Technical Data and Engineering Service Center (NATEC), San Diego, CA. Services will include on and off-site training, technical guidance and advice to resolve unusually complex technical problems. NATEC requires Corrosion Control CETS in support of the F-18, H-60, E-2, C-2, H-1, H-53, V-22, P-3, P-8, C-130, AV-8B, F-35, and EA-6B series aircraft systems and sub-systems. It is essential that the listed aircraft be mission-ready and able to perform their military tasking with the minimum possible failures or faults. -Various Fleet shore activities for the purpose of informing, instructing, and training Navy, Marine Corps military and civilian personnel to be proficient in the prevention, inspection and treatment of corrosion.� CFS technical expertise is categorized by Aviation Core Discipline Airframe (AF).� This acquisition is for CFS type of Engineering Technical Services (ETS) in support of Corrosion Control on all associated aircraft listed in the attachment �Systems Supported� -Various Fleet shore activities as well as CVN and L class ships providing technical advice, assistance and on the job training (OJT) to Navy, Marine Corps military and civilian personnel on the acceptance, installation, operation, and/or maintenance of Common/Peculiar Support Equipment, to include but not limited to: Ground Support Equipment (GSE), Non Destructive Inspection (NDI) equipment, Oil Analysis Spectrometer, and welding equipment.� CFS technical expertise is categorized by Aviation Core Disciplines Airframe (AF), Powerplant (PP), and Support Equipment (SE).� (1) PROGRAM DESCRIPTION: This acquisition is for personnel to inform, instruct, and train Navy, Marine Corp military and civilian personnel to be proficient in the prevention, inspection and treatment of corrosion in support of various airframes (2) REQUIRED CAPABILITIES: This requirement will provide on-site CETS CFS for NATEC San Diego for corrosion training and prevention. See attachment �Systems Supported� for specific systems supported. (3) PLACE OF PERFORMANCE: NATEC San Diego, CA as well as several Fleet shore activities. (4) CONTRACT TYPE: The Government is contemplating an Indefinite Delivery Indefinite Quantity contract. (5) SPECIAL REQUIREMENTS: N/A (6) ADDITIONAL INFORMATION: N/A (7) CONTRACTOR RESPONSE: This notice of intent is not a request for competitive proposals; however, any firm believing it can fulfill the requirement identified above may submit a written response which shall be considered by the agency. The written response shall reference solicitation number N68936-20-R-XXXX and provide a capability statement that clearly indicates the firm�s experience, assets, background, and ability to perform the required work without compromising the quality, accuracy, reliability, and schedule. Contractor responses shall also include the following information: a)���������� A reference to the solicitation number N68936-20-R-XXXX and brief title of this announcement; b)���������� Company name and address; c)���������� Company's point of contact name, phone, fax, and e-mail; d)���������� Declaration as to whether a U.S. or foreign company; e)���������� Company size (Small or Large according to the identified NAICS and size standard identified), f)����������� If your company is a small business, specify type(s), g)���������� Provide any anticipated teaming arrangements and delineate between work to be accomplished by the prime and the work to be accomplished by the teaming partners, h)���������� A brief capabilities statement package (no more than 10 pages in length, double spaced, 12 point font minimum), demonstrating ability to perform the specific requirements discussed above for the systems and subsystems supported in the Systems Supported attachment. i)����������� An outline of previous projects related to the program description, identify specific work previously performed within the last 10 years or currently being performed related to the program description; and j)����������� Any other specific and pertinent information as pertains to this particular area of procurement that would enhance the Government�s consideration and evaluation of the information submitted. Questions and comments are highly encouraged. Vendors should appropriately mark any data that is proprietary or has restricted data rights. Please submit all responses by email to matthew.p.minnick@navy.mil 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. Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access CUI. See the DLIS website for registration details at: http://www.dlis.dla.mil/jcp/.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3fd9e8067c2d4546b70524c1cddb3e8a/view)
 
Record
SN05795384-F 20200913/200911230154 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.