Posted: July 14, 2009, 1:05 p.m. EDT
The Naval Air Warfare Center Aircraft Division, and the Comptroller Department (AIR 10.0) has a requirement for Financial, Program, and Business Analysis Support Services. This requirement will provide support services for budget formulation and justification; budget execution and tracking; workload planning and resource management; appropriation allocations and funds reporting; accounting and resource operations; financial policies; preparation, submission and justification of appropriation, manpower, and other resource budgets; business warehouse and financial systems support; strategic planning; Enterprise Resource Planning and reporting support and data warehouse support services. The services identified within this contract may be performed at any of the following NAVAIR sites: Patuxent River and St. Inigoes, MD, Lakehurst NJ, 90% of the time at Government site and 10% of the time at contractor site. A DRAFT Performance Based Work Statement (PBWS) is attached. NAVAIR intends to issue one solicitation for an Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Contract (MAC). The solicitation will be available for full and open competition. The government intends to award not more than three contracts as a result of this solicitation. The resultant contracts will include the opportunities to compete for Cost Plus Fixed Fee (CPFF) and Firm Fixed Price (FFP) task orders. The period of performance is estimated to be five (5) years comprising of a base year and four (4) option years. The scope of work to be performed will be based on size standard under North American Industry Classification (NAICS) code 541611, $7M dollars. This effort is currently being performed under Blanket Purchase Agreements: L-3 Services-N00421-05-A-1001; The Prometheus Company-N00421-05-A-1002; Coalition Solutions Integrated-N00421-05-A-1003; Computer Products Inc.- N00421-05-A-1004; INSAP Services Inc-N00421-05-A-1005; Bearing Point Inc-N00421-05-A-1006, Flatter & Associates-N00421-05-A-1007, The Mil Corporation-N00421-05-A-1008, Booz Allen Hamilton Inc-N00421-05-A-1009, Eagan McAllister Inc-N00421-05-A-1010; CACI Inc- N00421-05-A-0011, Terra Firma Consulting, Inc.-N00421-05-A-0012, Technical Support Services-N00421-05-A-0013, and National Technologies Associates-N00421-05-A-1014. The Navy plans to release the solicitation, including any subsequent amendments, via the Internet, on or about 29 July 2009. The anticipated award date is on or about 31 December 2009. The solicitation and future amendments will be available on the Federal Business Opportunities (https://www.fbo.gov/) website. Vendors are encouraged to add their company information to the Interested Vendor's List in the FedBizOpps website. IN THE INTEREST OF ACQUISITION STREAMLINING, PROSPECTIVE OFFERORS ARE STRONGLY ENCOURAGED TO USE E-MAIL TO SUBMIT INQUIRIES RELATIVE TO THIS SOLICITATION. TELEPHONE AND/OR FAX INQUIRIES FOR INFORMATION RELATIVE TO THIS SOLICITATION WILL NEITHER BE ACCEPTED NOR RETURNED. The Point of Contact is: Yarinee Tafur (Code 2.5.1.5.2.1), Building 441, Naval Air Systems Command, 21983 Bundy Road, Unit 7, Patuxent River, MD 20670 or by email to yarinee.tafur@navy.mil. All prospective offerors are encouraged to monitor the FeDBizOpps website for any changes that may occur. This announcement is NOT a Request for Proposal nor does the Government intend to pay for any information submitted in response to this synopsis. This announcement is NOT a Request for Proposal nor does the Government intend to pay for any information submitted in response to this synopsis. This synopsis is for informational purposes only and does not commit the Government to award a contract.
Posted: Feb. 18, 2009, 2:48 p.m. EST
Posted: Feb. 10, 2009, 12:09 p.m. EST
THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE. Please do not include company brochures or other marketing type information
This is a SOURCES SOUGHT for Financial, Program, and Business Analysis Support Services to determine the availability and technical capability of small businesses (including the following subsets, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses) to provide the required products and/or services. The Naval Air Warfare Center Aircraft Division Contracts Department (AIR 2.5.1.5), Patuxent River, MD is seeking information for potential sources regarding small business opportunities to fulfill a requirement to provide the Naval Air -Warfare Center Aircraft Division, Comptroller Department (AIR 10.0) with support services for budget formulation and justification; budget execution and tracking; workload planning and resource management; appropriation allocations and funds reporting; accounting and resource operations; financial policies; preparation, submission and justification of appropriation, manpower, and other resource budgets; business warehouse and financial systems support; strategic planning; Enterprise Resource Planning and reporting support and data warehouse support services. THE RESULTS OF THIS SOURCES SOUGHT WILL BE UTILIZED TO DETERMINE IF ANY SMALL BUSINESS SET-ASIDE OPPORTUNITIES EXIST. ALL SMALL BUSINESS SET-ASIDE CATEGORIES WILL BE CONSIDERED.
PLACE OF PERFORMANCE: Patuxent River, MD, Percentage of Effort Government (On-Site) 100%, Contractor (Off-Site) 0%
DISCLAIMER: 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.
PROGRAM BACKGROUND: This work is currently being performed under a General Services Administration (GSA) Blanket Purchase Agreement (BPA) Multiple Award Contract (MAC) with Time & Material (T&M) and Firm Fixed Price (FFP) task order contract vehicle. The incumbents are: L-3 Services-N00421-05-A-1001; The Prometheus Company-N00421-05-A-1002; Coalition Solutions Integrated-N00421-05-A-1003; Computer Products Inc.- N00421-05-A-1004; INSAP Services Inc-N00421-05-A-1005; Bearing Point Inc-N00421-05-A-1006, Flatter & Associates-N00421-05-A-1007, The Mil Corporation-N00421-05-A-1008, Booz Allen Hamilton Inc-N00421-05-A-1009, Eagan McAllister Inc-N00421-05-A-1010; CACI Inc- N00421-05-A-0011, Terra Firma Consulting, Inc.-N00421-05-A-0012, Technical Support Services-N00421-05-A-0013, and National Technologies Associates-N00421-05-A-1014. The NAVAIR Freedom of Information Act (FOIA) website is available at http://foia.navair.navy.mil.
REQUIRED CAPABILITIES: The Draft Statement of work (found at the NAVAIR Website, Open Solicitations, N00421-09-R-0014) delineates the requirements of this effort.
SPECIAL REQUIREMENTS: Any resulting contract is anticipated to have a security classification level of Secret.
ELIGIBILITY: The applicable NAICS code for this requirement is 541611 (Administrative Management and General Management Consulting Services) with a size standard of $7M. The Product Service Codes (PSC) is R799 (Other Management Support Services).
SUBMISSION DETAILS: Interested businesses shall submit responses by e-mail to Ms. Yarinee Tafur, Contract Specialist at yarinee.tafur@navy.mil . Please submit all questions to Ms. Yarinee Tafur, Contract Specialist at yarinee.tafur@navy.mil or fax at (301) 995-0333. No phone or e-mail solicitations with regards to the status of the RFP will be accepted prior to its release.
All statements of capabilities shall be received at this office no later than 12:00 p.m. Eastern Time on 24 February 2009 and reference this synopsis number on both the e-mail as well as on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. Interested businesses should submit a brief capabilities statement package utilizing Microsoft Word (no more than five (5) pages size 8.5 X 11 inches, font no smaller than 10 point). The statement should demonstrating ability to perform the services listed in the Performance Based Work Statement. Documentation should be in bullet format. All responses shall include Company Name, Company Address, Company Business Size, and Points-of-Contact (POC) including name, phone number, fax number, e-mail address; capabilities statement should include discussion of similar work completed and prior contract award numbers as applicable.
The estimated contract value of this requirement is approximately $40M. This requirement is anticipated to be a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) contract with Cost Plus Fixed Fee (CPFF) and Firm Fixed Price (FFP) task orders, to include a base year and four one year periods. The government expects to award to no more than three (3) offerors that provide the best value to the government. As a MAC IDIQ, awardees will compete for task orders. During task order competitions, all contract awardees will be treated equally and no advantage will be given based on business size. The period of performance is to commence 01 January 2010. The solicitation is projected to be released in May 2009. If you have questions concerning this source sought please contact Yarinee Tafur via e-mail at yarinee.tafur@navy.mil. NO SOLICITATION DOCUMENTS EXIST AT THIS TIME.
Please watch the NAVAIR website, http://www.navair.navy.mil/, for further announcements.