California Bids > Bid Detail

V-22 CONTRACTOR ENGINEERING TECHNICAL SERVICES (CETS)

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • L - Technical Representative Services
Opps ID: NBD00159572851482743
Posted Date: Mar 31, 2023
Due Date: Apr 11, 2023
Solicitation No: N68520-24-RFPREQ-670000N-0001
Source: https://sam.gov/opp/319e895b52...
Follow
V-22 CONTRACTOR ENGINEERING TECHNICAL SERVICES (CETS)
Active
Contract Opportunity
Notice ID
N68520-24-RFPREQ-670000N-0001
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR HQS
Office
NAVAL AIR SYSTEMS COMMAND
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Mar 31, 2023 03:22 pm EDT
  • Original Published Date: Mar 24, 2023 01:09 pm EDT
  • Updated Response Date: Apr 11, 2023 12:00 pm EDT
  • Original Response Date: Apr 08, 2023 12:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Updated Set Aside:
  • Product Service Code: L016 - TECHNICAL REPRESENTATIVE- AIRCRAFT COMPONENTS AND ACCESSORIES
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Sacramento , CA 95822
    USA
Description View Changes

The Naval Air Systems Command, Commander Fleet Readiness Center (COMFRC) Patuxent River, Maryland intends to procure Indefinite Delivery Indefinite Quantity (IDIQ) Cost Plus Fixed Fee (CPFF) type contract for Contractor Engineering Technical Services (CETS) provided to Naval Air Technical Data and Engineering Service Center (NATEC) through the Fleet Readiness Center Mid-Atlantic (FRCMA). Services will be in direct support of Naval Air Technical Data and Engineering Service Center (NATEC) who provides Engineering Technical Services (ETS) in support of Naval Aviation weapons systems throughout their sustainment life-cycle. The contractor shall provide NATEC, San Diego, CA with Contractor Engineering Technical Services (CETS) Contractor Field Services (CFS) to be provided to various Fleet shore activities for the purpose of informing, instructing, and training Navy, Marine Corps military and DOD civilian personnel to be proficient in the installation, operation, and maintenance to include technical guidance and advice to resolve unusually complex technical problems. CFS technical expertise is categorized by Aviation Core Discipline: Avionics (AV) and Airframes (AF). This acquisition is for CFS type of ETS in support of the V-22 aircraft; AN/APR-39 RADAR Signals Detecting Set; AN/AAR-47 Missile Warning Set; AN/ALE-47 Countermeasures Dispensing Set (CMDS); AN/AAQ-24 Directional Infrared Countermeasure (DIRCM); associated Aircraft Survivability Equipment (ASE) systems; Marine Air-Group Task Force (MAGTF) Agile Network Gateway Link (MANGL) systems to include Full Motion Video (FMV), Link-16, ANW2, MAGTAB, Operating Systems; and associated support equipment. Work will be primarily at Government sites. The Contractor shall assign qualified personnel to a Permanent Duty Station (PDS) identified by Task Numbers in order to support local activities on a daily basis. The Government is contemplating a competitive IDIQ contract with Cost Plus Fixed Fee (CPFF) Labor CLINs. The Period of Performance (PoP) is a period of five years starting approximately 01 August 2023 and ending July 31 2028. The successful offeror will be required to have a Government approved accounting system. Please see the DRAFT Statement of Work Statement (SOW) (Attachment 1) for the entire set of requirements.



DISCLAIMER



ALL 8(a) BUSINESSES THAT ARE INTERESTED SHOULD SUBMIT A CAPABILITY STATEMENT. THE RESULTS OF THIS SOURCES SOUGHT WILL BE UTILIZED TO DETERMINE THE AVAILABILITY OF 8(a) SMALL BUSINESS SETASIDES AND THEIR CAPABILITIES. THIS MARKET RESEARCH IS BEING USED TO IDENTIFY POTENTIAL AND ELIGIBLE FIRMS PRIOR TO DETERMINING THE ISSUANCE OF A SOLICITATION.



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.



Any resultant solicitation(s) will be released on https://www.SAM.gov. It is the responsibility of the potential offerors to monitor this website for additional information as the direct method of communication with the Government.



ELIGIBILITY



Product Service Code (PSC) for this requirement is L016 – Technical Representative- Aircraft Components and Accessories



North American Industry Classification System (NAICS) Code is 541330 – Acoustical engineering consulting services



SUBMITTAL INFORMATION (CAPABILITIES STATEMENT)



Interested businesses shall submit brief capability statements (no more than 10 pages in length, single spaced, 11 point font minimum) electronically in Microsoft Word or Portable Document Format (PDF) to Nancy Morris at nancy.t.morris.civ@us.navy.mil no later than 12:00 PM Eastern Standard Time (EST) on April 08, 2023.



All responses must include the following information: Company Name; Company Address; and Point-of-Contact (POC) name, phone number, and e-mail address. Declaration as to whether a U.S. or foreign company; Company size (Small or Large according to the identified NAICS and size standard identified); If your company is a small business, specify type(s), 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.



No phone or email solicitations with regard to the status of the RFP will be accepted prior to its release. All data received in response to this Sources Sought, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted.



Capability statement packages should demonstrate the ability to perform the services listed in the attached SOW. This documentation must address, at a minimum, the following: Reference to the solicitation number N68520-24-RFPREQ-670000N-0001 and the title of the SOW being referenced;




  1. Information provided should highlight experience providing to various Fleet shore activities for the purpose of informing, instructing, and training Navy, Marine Corps military and DOD civilian personnel to be proficient in the installation, operation, and maintenance to include technical guidance and advice to resolve unusually complex technical problems;

  2. Interested contractors should also highlight experience CFS technical expertise is categorized by Aviation Core Discipline;

  3. Information provided should specific technical skills your company possess which ensures capability to perform the tasks in the SOW;

  4. Prior/current corporate experience performing efforts of similar size and scope within the last five (5) years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described herein

  5. 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



If the company finds itself not capable to perform all parts of the SOW, please specify which portions of the SOW it is not capable of accomplishing. If the company will be teaming or utilizing subcontracts, please include information regarding which work the subcontractor will be responsible for and how the prime will determine the subcontractor is capable of accomplishing the work. If your company has any questions about the structure of the SOW, or areas that may need further definition, please also identify those in the response.



Responses to this Sources Sought, including any capability statements and communications regarding this solicitation, shall be electronically submitted via email. All responses must be sufficient in detail to permit agency analysis to establish bona fide capability to meet requirements.



Primary Point of Contact: Nancy T. Morris, Contract Specialist



Email: nancy.t.morris.civ@us.navy.mil



Secondary Point of Contact: Tiffany Crayle, Contracting Officer



Email: tiffany.l.crayle.civ@us.navy.mil



Procurement Group Office Address:



Naval Air Systems Command (NAVAIR)



Commander, Fleet Readiness Centers (FRCs)



47038 McLeod Rd, Bldg. 448



Patuxent River, MD 20670



United States


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • NAVAL AIR SYSTEMS CMD HEADQUARTERS NAVAL AIR STATION
  • PATUXENT RIVER , MD 20670-5000
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >