Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MARCH 8, 2001 PSA #2803
SOLICITATIONS

R -- PROFESSIONAL, ADMINISTRATIVE, AND MANAGEMENT SUPPORT SERVICES FOR NAVAL AVIATION TEST AND EVALUATION ENGINEERING COMPETENCY (AIR-4.11)

Notice Date
March 6, 2001
Contracting Office
Commander, Attn: Contracts 2.5.1, Bldg 588, Suite 2, Naval Air Warfare Center Aircraft Division, 47253 Whalen Road, Unit 9, Patuxent River, MD 20670-1463
ZIP Code
20670-1463
Solicitation Number
N00421-01-R-0179
Point of Contact
Contract Specialist Angela Franco, Phone (301) 757-9745
E-Mail Address
Click here to contact the Contract Specialist via (francoa@navair.navy.mil)
Description
The Naval Air Warfare Center Aircraft Division (NAWCAD) is seeking potential sources to perform Engineering and Technical services in support of NAWCAD Test and Evaluation Department (AIR-4.11). It is anticipated that if award is made, it will be on a multiple award basis, therefore potential sources need not be capable of performing the entire effort. The services envisioned will provide test and evaluation engineering, ground, laboratory and flight test conduct and evaluation, analysis, test development, and warfare systems integration into all Naval aviation platforms. The platforms to be supported include the Joint Strike Fighter (JSF), F/A-18, F-14, EA-6B, AV-8B, V-22, T-45, unmanned air vehicles, E-2C, MV-22, UH-1, AH-1, SH-60, HH-60, CH-53, MH-53, CH-46, H-46, S-3, land based aircraft C-130, KC-130, EP-3, P-3, E-6B, and T-34. Other systems and subsystems include but are not limited to: Tactical Air Combat Training System (TACTS), Air Traffic Control and Landing Systems (ATC&LS), Automatic flight Control systems (AFCS), night vision devices, integral cockpit lighting, mission planning, advanced technology demonstration, communication, navigation, sensors (EW, ESM, EO, Radar, Acoustics), integrated tactical decision aids, weapon engagement rehearsal aids, Carrier Suitability, Aircraft/Ship Dynamic interface, aircraft/weapon integration/separation testing, stores compatibility and separation testing, development of weapon employment data, Tactical Manual engineering support, mission software and hardware, and other externally directed programs. NAWCAD supports joint service programs in addition to JSF, such as CV-X, LH-X, Joint Precision Approach and Landing Systems (JPALS), and the Joint Primary Aircraft Training System (JPATS). Responsibilities also include support to NAVAIR for programmatic issues involving test and evaluation of weapon systems as required. The North American Industry Classification System code is 54133. The letter of interest should include, at a minimum, the following information: (1) Name and address of the firm; (2) Size of business; (3) Ownership; (4) Year firm established; (5) Names of two principals to contact, including title and telephone number; (6) Company profile to include number of employees, annual revenue history, office locations, DUNS number, if 8(a), date of acceptance into Small Business Administration 8(a) program and anticipated graduation date; (7) Resources available such as corporate management and currently-employed personnel to be assigned to the project to include names and current job titles; (8) Management approach to staffing the total effort with qualified personnel. The staffing plan should address any new hires that would be available for assignment to this effort, possible subcontract/teaming arrangements, and strategy for recruiting and retaining qualified personnel; (9) A description of previous experience that demonstrates your firm's ability to effectively manage or perform a similar effort. Please include information about on-going contract(s) completed within the last five years, and identify any, which were under SIC, Code 8711. Desired specific information for each effort is: (a) Name of Contracting Activity; (b) Contract Number; (c) Contract Type (FFP, Cost, IDIQ, or combination); (d) Period of Performance, Total Contract Value, and Total Dollar Value under the Contract that the firm was actually responsible for under this SIC code; (e) Summary of contract work; (f) Contracting Officer name and current telephone number; (g) Contracting Officer's Technical Representative name and current telephone number; (h) List of major subcontractors including name, address, and telephone number of primary points of contact. If you are a small/small disadvantaged business that does not have the requisite experience to manage or perform a Engineering and Technical services contract as described above, please describe your approach to teaming or possible joint-venture arrangements that together demonstrate the potential to perform this effort on a multiple award basis. Only companies, including their affiliates, with an average annual receipt of $20,000,000.00 or less during the last three (3)-completed fiscal years are considered small. If sufficient interest from small/small disadvantaged business is not received, the Government reserves the right to re-evaluate procurement strategy. No solicitation currently exists therefore do not request a copy of the solicitation. If a solicitation is released, it will be synopsized in the CBD. This synopsis is for informational and planning purposes only, and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. Respondents will not be contacted regarding their submission or information gathered as a result of this notice. Respondents will not be notified about the outcome of the Government's review of the solicited information. Failure to respond to this sources sought synopsis will not limit a potential offeror's ability to respond to a solicitation at a later date. Interested sources should provide a letter of interest (via electronic mail) with a capabilities attachment. The capabilities attachment must demonstrate the ability to perform the services listed above. Please type RFP N00421-01-R-0179 as the subject of the electronic mail message. Page limitations (including a 12-point font minimum) are as follows: The letter of interest must contain a minimum of 5 pages, but no more than 8 pages. Also, the capabilities attachment must contain a minimum of 5 pages, but no more than 8 pages. Interested sources may submit resumes/personnel information as a second attachment, which will not be counted in the aforementioned page limitations, but will be limited to 4 key personnel; the information presented for each of the key personnel is limited to 2 pages. No other attachments will be reviewed. Responses must be submitted electronically to the Contract Specialist in Microsoft Word format or Portable Document Format (PDF) at the following address: francoa@navair.navy.mil. Submissions must be received no later than 3:30 PM, Eastern Standard Time, on 30 March 2001. Telephone inquiries will not be accepted.
Web Link
http://www.navair.navy.mil/business/ecommerce/synopndx.cfm (http://www.navair.navy.mil/business/ecommerce/synopndx.cfm)
Record
Loren Data Corp. 20010308/RSOL014.HTM (W-065 SN50F4B9)

R - Professional, Administrative and Management Support Services Index  |  Issue Index |
Created on March 6, 2001 by Loren Data Corp. -- info@ld.com