The RFP Database
New business relationships start here

Engineering Support Services (ESS) at Fleet Readiness Center Southeast (FRCSE)


Florida, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

*****THIS MODIFICATION IS TO RE-OPEN THE SOLICITATION NUMBER IN NECO (GOVERNMENT SYSTEM IN POSTING SYNOPSIS). NO RESPONSES ARE BEING ASKED FOR A SOURCES SOUGHT.


NOTE: This sources sought is related to previous sources sought N6134016R1130. The requirements under N6134016R1130 are no longer being consolidated and will be separate efforts.

The Naval Air Warfare Center, Training Systems Division (NAWCTSD) has a requirement to procure Engineering Support Services (ESS) for the Research and Engineering Group (AIR-4.0) of the In-Service Support Center (ISSC) at Fleet Readiness Center Southeast (FRC-Southeast) on the Naval Air Station (NAS) in Jacksonville, Florida. Aircraft/weapon systems and programs that require support includes the P-3 (and its derivatives), P-8 (and its derivatives), F/A-18, E-6, EA-6B, ALE-47 Software Support Activity (SSA), T-6, T-34, T-44, T-45, TH-57, F-5, F-16, Triton Unmanned Aerial Vehicle, Armament Aircraft Equipment (AAE) and Aerial Refueling Stores (ARS), Consolidated Automated Support System (CASS), Electro-Optics, Electronic-Warfare, Foreign Military Sales (FMS), Metrology, and the various engines, structures, components and support systems associated with these and other future assigned weapon systems.


This is a new requirement and is anticipated to be solicited as a single-award, indefinite-delivery indefinite-quantity cost type task order contract with a 5-year ordering period and a contract ceiling of approximately $49 Million. The associated Product/Supply Code (PSC) is R425. NAICS code 541330 is applicable.

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 FRC Southeast detachments and remote sites, inside the Continental United States (CONUS). The contractor shall have administrative facilities within 30 miles of FRC Southeast Jacksonville, FL. Approximately 90% of contractor support shall be provided on or around FRCSE Jacksonville, FL with approximately 10% of contractor support at detachments and remote sites.

FRC Southeast is ISO9001-2015 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 must comply with the ISO procedures.

In accordance with the SECNAV M-5510.30 Personnel Security Program and DRAFT SOW paragraphs 3.2.5.6 Restricted Area Access and 3.3.1 Cybersecurity and Personnel Security Requirements for Accessing Government Information Technology (IT) Systems b Credentialing Standards, all contractor personnel are required to obtain and keep IT Level II Limited Privilege Access, unless identified in task orders.
IT Levels are explained below:

IT I b Privileged IT Access (i.e. secret security clearance, will be identified, if needed, on individual task orders)
IT II b Limited Privilege IT Access (i.e. sensitive information access)
IT III b No privilege, no sensitive information access

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:

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 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. Provide an explanation of your companybs ability to perform 50% of the work with company resources versus support from subcontractors.

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 $38.5 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 five 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 17 March 2017 at 2:00 p.m.
Eastern Time.

Questions concerning this notice should be directed to Sarah Lewellen, Sarah.Lewellen@navy.mil, 407-380-8012 or Andrea Gordon-Eubanks, Andrea.Gordon@navy.mil, 407-380-4389 and no one else.

Sarah Lewellen 407-380-8012

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP