The RFP Database
New business relationships start here

Professional and management support services in support of the Naval Aviation Production Process Sustainment (NAPP S) for the Chief of Naval Air Training (CNATRA).


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

This is a SOURCES SOUGHT notice, pursuant to FAR Part 10 (Market Research). This synopsis does not constitute a request for a proposal/quotation, nor does its issuance in any way restrict the Government as to its ultimate acquisition approach. The Government will neither award a contract solely on the basis of this notice, nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. Any information provided by the Government at this time is preliminary and may be updated or changed prior to release of a formal solicitation.

This is a sources sought synopsis issued by Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, Philadelphia Office on behalf of Chief of Naval Air Training (CNATRA).
CNATRA has a requirement for professional and management support services in support of the Naval Aviation Production Process Sustainment (NAPP S). These services will cover management of the aviation officer and enlisted aircrew training processes from initial accession through Fleet Replacement Squadrons (FRS) completion using Continuous Process Improvement (CPI) tools, concepts, and methodologies. This enterprise focus requires linkages not only within the established training processes but across the myriad processes within and external to the Naval Aviation Enterprise (NAE).

The contractor will sustain the NAPP production management process by supporting CNAF, CNATRA, USMC TRNGCMD, Training Air Wings and individual Task Groups.
The contractor will support the members of the NAPT to implement changes, develop and analyze the metrics package provided, prioritize those barriers that require NAPT action, and provide support in development of barrier removal action plans and escalation packages to affect barrier removal in accordance with established NAPP practices. Specifically, the contractor shall: Support the continued institutionalization and socialization of the NAPP vision and CPI tools across Naval Aviator and NAC training production; Participate as an active member of the Naval Aviation Production Team (NAPT) at all levels, providing Subject Matter Expertise (SME) and ensuring lessons learned and continuity are available to military leadership as they assume their roles in the NAPT; Aid and support production Barrier Identification and Removal efforts across the NAPP as identified by leadership and within resources assigned; Provide ongoing refinement and data quality assurance of an accurate set of production process metrics; Using this data, SME and process experience, deliver recommended process improvements through detailed analysis; Continue to develop, improve, maintain, and provide customer service and training on the proven NAPP tools in support of overall NAPP Training requirements; and Enhance production planning and coordination across the NAPP continuum including planning and execution of multi-year Integrated Production Plans (IPP) and resource requirements modeling using standardized Production Planning Factors (PPFs).
The contractor will provide the following services: Consolidated Monthly Progress and Activity Report; Hierarchical Process Governance, and Senior Management Support; Participate in NAPT and Task Groups; Support the maintenance of NAPP S Policy and Guidance Publications; NAPP Training; Data Collection, Reporting and Metrics Analysis; On-Site NAPP Program Analyst Support; NAC IPP Management at CNATRA and TG NAC Analyst support at NASC; On-Site Data Management and CeTARS/NIPDR support for CNATRA, all TRAWINGs and NASC; On-Site Senior NAPP Program Analyst to Support Task Group Accessions and Starts Control (TG A and SC); On-Site Senior and Junior NAPP Program Analysts to support United States Marine Corps (USMC), Training Command Aviation Production Management (TRNGCMD APM); On-Site NAPP Program Analyst Support at MATSG-21 and at MATSG-22; On-Site NAPP Program Analyst Support to USMC FRSbs; Program Management Administrative Support for the Introductory Flight Screening (IFS) Program and Naval Aviation Schools Command (NASC) Preflight Management; Anthropometric Specialist Support (AMS); CNAF N40F1 NAPP Support; NAPP Integrated Production Data Repository (NIPDR) and Production Planning Factor (WebPPF) Support; NIPDR / Web PPF Application Sustainment; Information Systems Management, Control and Accountability; Information Assurance Management (IAM); and Logistic Support.



A draft copy of the Governmentbs Performance Work Statement (PWS) is provided with this synopsis.

A cost-plus-fixed-fee contract is anticipated to satisfy this requirement.

The North American Industry Classification System (NAICS) code for this acquisition is 541611.

Firms possessing the requisite skills, resources, and capabilities necessary to perform the stated requirement as a prime contractor are invited to respond to this notice via the submission of an executive summary.

Submissions are not to exceed five (5) typewritten pages in no less than 10 font size. All responses will be considered, although any questions/comments/ideas will not be responded to directly. The goal of such feedback is to determine if a) a small business would be able to perform as a prime contractor, or b) any other sources are able to perform as a prime contractor.


The submission should include the following information and reference N6311020191195:

1. Company name, address, and point of contact with corresponding phone number and e-mail address

2. DUNS number, Cage Code, business size and classification

3. Capability statement displaying the contractorbs ability to provide the required supplies to include past performance information.

If past performance information is provided, please include only relevant past performance for the same/similar item within the last five (5) years. This relevant past performance information should identify the applicable contract number; total contract dollar amount; capacity performed (Prime or Sub); contract delivery date; description of the supplies provided AND the relevancy of the supplies to the requirement; and a customer point of contact with corresponding telephone number and e-mail address (up to two references).
Relevant past performance is past performance of the same or similar scope and magnitude to the described requirement.

Standard brochures and/or paraphrasing of this notice will not be considered sufficient to demonstrate the capabilities of an interested party.

The Government requests that interested parties respond to this notice if applicable.

The Government will use information received to determine the best acquisition strategy for this procurement. Data submitted in response to this notice will not be returned.

All submissions are required to be submitted via e-mail to Dennis Aquino at dennis.aquino@navy.mil no later than 1200 EST (local time/Philadelphia, PA) on 25 Sep 2019.

Dennis Aquino, (215) 697-3244

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP