The RFP Database
New business relationships start here

Sources Sought for COMS/CIS/CMS Services


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

Sources Sought b CNAFR COMS/CIS
The purpose of this Sources Sought Notice in to determine the interest, availability and capabilities of potential offerors to provide the required COMS and CIS services described herein, and to seek recommendations and input on potential acquisition strategies.
INTRODUCTION: The Department of the Navy, Naval Air Warfare Center Training Systems Division (NAWCTSD), Orlando, FL, seeks potential sources to provide Contractor Operation and Maintenance Services (COMS), Contractor Maintenance Services (CMS) and Contractor Instruction Services (CIS) for the Commander Naval Air Forces Reserve (CNAFR) customer. COMS requires the contractor to provide all labor, materials, consumables, equipment, tools, test equipment, and transportation necessary to maintain the training systems and equipment in a fully operational condition, and to facilitate user training.
CMS requires maintenance and supply support services with a bminimum response timeb to service calls for repair. For Contractor Instructor Services (CIS), the contractor provides Instructors to train our Fleet Pilots and Maintenance Personal. Scheduling authority resides with the Government. Training is at six (6) specific sites. The government is contemplating a Firm-Fixed Price Task Order (one year base, with four (4) one year options).
The devices and services needed for the CNAFR contract are as follows:
Key West, FL b 2F213A-2, F-5N Operational Flight Trainer b non-motion
Norfolk, VA b 2F200-15 and -16, MV-22B Containerized Flight Training Device b non-motion
JBMDL, Ft.
Dix, NJ b 2F170-1, AH-1W Aircrew Procedures Trainer b non-motion
-     2F196B-4, UH-1Y Flight Training Device b non- motion system
-     2F239 , CH-53E Flight Training Devise b non-motion
-     Multiple Minor Devices b various equipment check-out
New Orleans, LA - 2F170-2, AH-1W Aircrew Procedures Trainer b non-motion
-    2F193A-29, FA-18C Tactical Operational Flight Trainer b non-motion
-    2F226-1, UH-1Y Flight Training Device b non-motion
Fallon, NV,     - 2F213A-1, F-5N Operational Flight Trainer- Non-motion
-    2F225-1, F-16 REHOST WEAPON SYSTEMS TRAINER b non-motion - CMS
-    5C10 NNITE (Lab/Night Vision Goggle Part Task Trainer, on call
-    9A17 Reduced Oxygen Breathing Device 2nd Generation b on-call
-    10H1G-1, EP-3 Mission Avionics System Trainer b non-motion - CMS
Ft.
Worth, TX    - 2C87, KC-130J Cockpit Procedures trainer b non-motion
-    2F107-1, KC-130T Operational Flight Trainer b motion system
-    2F107A-1, KC-130T Operational Flight Trainer b non motions system
-    2F152-1, KC-130T Operational Flight Trainer b non-motion system
-    2F176-1, KC-130T Aircrew Procedures Trainers b non-motion system
-    2F199-4, KC-130J Weapon Systems Trainer b motion system
-    2F193A-43, FA-18C Tactical Operational Flight Trainer b non-motion system
-    C-9B Aircraft/Avionics Maintenance and Loadmaster - non-motion
-    C-130 Loadmaster Trainer b non-motion
-    C-130 Maintenance Trainer b non-motion
-    Minor Devices, various equipment check-out
PLACES OF PERFORMANCE: Performance is required at Naval Air Station (NAS) Joint Base (JB)McGuire/Dix/Lakehurst (MDL) Ft.
Dix, NJ.; NAS Joint Reserve Base (JRB) Ft. Worth, TX; NAS JRB New, Orleans, LA; NAS Key West, FL; NAS Fallon, NV and NAS Norfolk, VA.
REQUIRED CAPABILITIES: NAWCTSD is seeking companies that have a successful track record in performing COMS/CMS/CIS services as a primary core competency with a high degree of customer satisfaction. Interested parties should provide documentation on the following:
CAPABILITIES: Provide a brief company introduction and details on the company/organization. Discuss your management approach in performing COMS/CMS/CIS services. Include information on program management, logistics management, risks, personnel, maintenance plans and processes, quality control processes and a summary for how you plan to meet the COMS/CMS/CIS requirements.
Include your understanding of Cyber Security (CS) processes. Discuss your capacity to take on new COMS/CMS/CIS efforts (additional trainers, new platforms, etc). Additionally, interested parties should list any ground rules and/or assumptions that your company recommends for this effort, i.e. type of contract, etc.
EXPERIENCE: Interested parties should provide details of their experience in the last five (5) years performing COMS/CMS/CIS work. Please provide up to three of your most relevant efforts, to include the contract number, dollar value, contract type, whether you performed as the prime or subcontractor, period of performance and brief description of work. For NAWCTSD contracts, interested parties only need to provide the contract number, name of program and period of performance.
For non-NAWCTSD contracts, also include a brief description of the following, as applicable, for each relevant effort:
b

b" Magnitude of the requirement b (size of the workforce, number of sites);
b" Quantities and complexity of simulators and weapons platforms supported;
b" Activity level/operational tempo;
b" Degree of maturity or stability of program and devices;
b" Security requirements;
b" Experience negotiating Collective Bargaining Agreements and SCA Price Adjustments;
b" Degree(s) of risk (performance, schedule, cost);

SIZE STATUS: The applicable NAICS code for this requirement is 541330, Engineering Services (Military and Aerospace Equipment and Military Weapons Exception, size standard of $38.5M.
The Product Service Code is J069 - Maintenance, Repair, and Rebuilding of Equipment- Training Aids and Devices. Companies must identify their size status, the results of which will be utilized as guidance to determine any potential set-aside basis. Also identify whether your company is a Small Disadvantaged Business, Veteran-Owned SB, Service-Disabled Veteran-Owned SB, HUBZone SB, and/or a Women-Owned SB.
SOURCES SOUGHT RESPONSES: Your firmbs response to this Sources Sought synopsis should include:
SUBMISSION DETAILS: Interested businesses shall submit responses by email to Jennifer Jewell at Jennifer.jewell@navy.mil. Please submit all questions by email to this POC.

One electronically submitted response shall be received no later than 8:00 am Eastern Time 10 July 2017 and reference: CNAFR COMS/CMS/CIS - Sources Sought.
Interested businesses should submit a brief capabilities statement package (no more than ten (10) 8.5 x 11 inch pages, font no smaller than 10 point) demonstrating ability to perform the requirements listed above. All responses shall include Company Name, Company Address, Company Business Size, CAGE Code, and Points-of-Contact (POC) including name(s), phone number, fax number, and email address.

This sources sought announcement is published for informational purposes only. This is not a solicitation. 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 notice is strictly voluntary. No site visit will be permitted during the period of response to this announcement. Firms responding to this announcement will not be individually notified if the requirement is solicited. Solicitations will occur through the Navy Electronic Commerce Online (NECO) and the Federal Business Opportunities (FBO) websites. NAWCTSD will use the responses to this announcement to make an informed decision concerning the strategy it will pursue to meet its objective, including determining set-aside opportunities. b

Contracting Office Address and POC:
12311 Science Drive Code 25321
Orlando, Florida 32826-3224

Primary Point of Contact:
Jennifer Jewell, Contracting Officer, Code 2532
Naval Air Warfare Center Training Systems Division
Tel: (407)380-8076
Email: jennifer.jewell@navy.mil

POC:Jennifer Jewell 407-380-8076, Alt POC: Jana McEntegart 407-380-8614

jennifer.jewell@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP