COMMERCE BUSINESS DAILY ISSUE OF AUGUST 10, 2001 PSA #2912
SOLICITATIONS
A -- RESEARCH AND DEOF AIR 4.5 EQUIPMENT, SENSOR SYSTEMS, SYSTEMS, SUBSYSTEMS, AND COMPONENTS
- Notice Date
- August 8, 2001
- Contracting Office
- Contracts Group, Naval Air Warfare Center Aircraft Division, Bldg 2272 Suite 353, 47123 Buse Road, Patuxent River, MD 20670-1547
- ZIP Code
- 20670-1547
- Solicitation Number
- N00421-01-R-0346
- Response Due
- August 31, 2001
- Point of Contact
- Ben Hansford, Contract Specialist 301-342-5738
- E-Mail Address
- Click here to contact the contract specialist via (hansfordbj@navair.navy.mil)
- Description
- "Sources Sought Synopsis." The Naval Air Warfare Center Aircraft Division (NAWCAD), Patuxent River, Maryland, AIR 4.5 Avionics Division, is seeking eligible small business firms capable of providing technical and scientific support for research, development, integration, analysis, assessment, test and evaluation of AIR 4.5 equipment, sensor systems, systems, subsystems and components. Tasks performed for this requirement would include technology development, systems acquisition, and product support for manned and unmanned platform avionics and sensors in support of the 4.5 Divisions, including Architecture and Systems Engineering, Information Warfare Systems, EW Systems, RF Systems Engineering, EO and Special missions Sensors, Airborne Mission Computers, Fleet Communication technologies and Acoustic Systems. ALL personnel performing work under the proposed contract must, as a minimum, possess a SECRET clearance. Some personnel will require a TOP SECRET clearance. Location of performance will primarily at the contractor's facility with approximately 10% of the work requiring performance on-site at NAWCAD Patuxent River, Maryland. Contractor personnel might be required to travel when necessary to provide needed tasks through off-site meetings, training, conferences, design, installation, integration, maintenance, or system test. A portion of this requirement is a follow-on effort to Contract N62269-95-D-0062 with Semcor Inc. (Cage Code 4M919). However, please consider that the labor hours and value of the Semcor contract are not necessarily a reflection of current need and should not be used as a baseline when considering a response to this announcement. This office anticipates awarding the follow-on contract for these services approximately February 2002. The period of performance of the resultant contract will be five years, inclusive of options. The estimated level of effort is 325,000 hours over the five-year period. The appropriate NAICS is 541330, size standard $20 million. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. A letter of interest should include, at a minimum, the following information: (1) Name and address of the firm; (2) Size of business (Does your firm qualify as a small, emergent business or a small, disadvantaged business? If disadvantaged, specify under which disadvantaged group and is your firm certified under Section 8(a) of the Small Business Act? Is your firm a certified "hub zone" firm? Is your firm is a woman-owned or operated 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 numbers of primary points of contact. Based on a review of industry response to this Sources Sought Synopsis, the Government will decide an appropriate procurement strategy, which may include competitive, multiple awards with one or more of the awards targeted for small businesses. 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 statement. The capabilities statement must demonstrate the ability to perform the services listed above. Please type "RFP N00421-01-R-0346" 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 statement 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: HansfordBJ@navair.navy.mil. Submissions must be received no later than 5:00 PM, Eastern Standard Time, on 31 August 2001.
- Web Link
- Click here to access the synopsis utilizing the NAVAIR (http://www.navair.navy.mil/business/ecommerce/index.cfm)
- Record
- Loren Data Corp. 20010810/ASOL007.HTM (W-220 SN50U379)
| A - Research and Development Index
|
Issue Index |
Created on August 8, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|