Search Contract Opportunities

Structural Appraisal of Fatigue Effects (SAFE) Support   5

ID: N00421-18-R-0015 • Type: Sources Sought
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Sept. 20, 2018, 1:57 p.m. EDT

Structural Appraisal of Fatigue Effects (SAFE) Support

SOLICITATION RELEASE NOTICE

This modification/amendment is issued to notify potential offerors that a Request for Proposals (RFP) has been issued under a separate FBO announcement. A Special Notice announcment was released in July 2018 notifying offerors of the upcoming soliciation. That Special Notice was modified on 9/20/2018 adding the RFP, Exhibits, Attachments, and other details related to this procurement. The Special Notice announcment is entitled "Stucrual Appraisal of Fatigue Effects (SAFE)" Soliciation Number N00421-18-R-0015.

The following information was released under the sources sought notice. As the solicitation is now released, the information below along with all previously released documents are no longer applicable.
**********

AIR 4.3

The responses to 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. In addition, this market research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a solicitation.

Any resultant solicitation will be released in the Federal Business Opportunities (FedBizOps) for acquiring the services. Prior to that, a synopsis with regards to this requirement will be released in FedBizOps. It is the responsibility of potential offerors to monitor these sites for additional information pertaining to this requirement.

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.

INTRODUCTION

The Naval Air Warfare Center - Aircraft Division (NAWCAD), AIR-2.5.1.5, at Patuxent River, MD announces its intention to procure, on a competitive basis, the services necessary to perform structural analysis and structural life monitoring in support of Naval Air Systems Command (NAVAIR) programs to meet fleet airworthiness certification and structural life monitoring requirements. Specifically, the requirement is in support of the Structures Division, Air Vehicle Department (AIR 4.3.3) for the Structural Appraisal of Fatigue Effects (SAFE) program. The services are currently being performed by Technical Data Analysis (TDA), Inc. of 3190 Fairview Park Drive, Suite 650 Falls Church VA 22042 under N00178-07-D-5265, Task Order M801. The existing contract is a SeaPort-e Cost-Plus-Fixed-Fee (CPFF) type Task Order.

THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible small business firms capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice.

ELIGIBILITY

The Product Service Code (PSC) for this requirement is R425; the NAICS is 541330. All interested businesses are encouraged to respond. Specifically, the Government is evaluating the possibility of establishing this requirement as a Small Business/Other Socio-economic Set-Aside. As such, all eligible SB/SDVOSBs/8(a)/etc. are encouraged to respond.

PROGRAM BACKGROUND

The SAFE program, NAVAIR's centralized structural life monitoring program for all USN/USMC aircraft, provides data and information to NAVAIR operational activities, and rework facilities concerning aircraft safety of flight. The structural engineering analyses and assessments to be performed support the three structural engineering disciplines across AIR-4.3.3 and the integrated structural life airworthiness approach applied across the PEOs and PMAs.

ANTICIPATED PERIOD OF PERFORMANCE

The anticipated period of performance includes a five (5) year ordering period. The anticipated start date is 28 August 2019.

ANTICIPATED CONTRACT TYPE

The contract type is anticipated to be CPFF/Cost Reimbursement type vehicle with an estimated total Level of Effort of approximately 436,800 man-hours (based on 1,920 hours per year) over a period of five years. The procurement is planned to be a single award Indefinite Delivery/Indefinite Quantity (IDIQ) type contract. These services are anticipated to be performed as follows:

Percent of Effort

On-Site

Off-Site

NAS Patuxent River, MD

100

0

100

The contractor shall perform services at contractor facilities located within 50 miles of the Naval Air Station (NAS), Patuxent River, MD with the exception of occasional meetings to be held at NAS Patuxent River, MD. Travel and associated per diem shall not be authorized to and from the duty station.

REQUIREMENTS

Refer to the attached draft Statement of Work (SOW).

Labor categories anticipated to execute the contemplated services include: Refer to the attached draft SOW.

In addition to the requirements above, please note that under a Small Business Set-Aside, the small business prime must perform at least 50% of the work in terms of cost of performance. Cost of performance includes direct labor costs, overhead that has only direct labor as its base, and the small business' General & Administrative rate multiplied by the labor cost. The small business prime cannot utilize the cost performance of other small businesses it utilizes as subcontractors in calculating its performance to comply with FAR Clause 52.219-14. If the prime is a joint venture, the cost of performance by both small business concerns is utilized in calculating its performance to comply with FAR 52.219-14. The contractor and personnel shall have the capability to perform the work up to the unclassified level.

Since the resultant contract is anticipated to be on a cost-type basis, the successful awardees will also be required to have a Government approved accounting system prior to contract award.

SUBMITTAL INFORMATION

It is requested that interested businesses submit to the Contracting Office a brief capabilities statement package (no more than 15 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the services listed in the attached draft SOW. This documentation must address, at a minimum, the following:

  1. Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values (value of the prime contract and if applicable, the value of your subcontract if you were not the prime), Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described herein.
  2. Can or has your company managed a task of this nature? If so, please provide details.
  3. Can or has your company managed a team of subcontractors before? If so, please cite contracts and teaming arrangement.
  4. Resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located at the city specified.
  5. Management approach to staffing this effort with qualified personnel.
  6. Statement regarding capability to obtain the required industrial security clearances for personnel.
  7. If you are a small business, provide an explanation of your company's ability to perform at least 50% of the tasking described in this draft SOW for the 5 year period.
  8. Company's ability to begin performance upon contract award.
  9. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, CAGE code, DUNS number, etc.
  10. Respondents to this notice must also indicate whether they are a large business or qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern.

The capability statement package shall be sent by facsimile to (301) 995-1145 or by email to Samantha Leap at samantha.leap@navy.mil and Beverly Abell at beverly.abell@navy.mil . Submissions must be received at the office cited no later than 4:00 p.m. Eastern Standard Time on 3 January 2018. Questions or comments regarding this notice may be addressed to Samantha Leap via email at samantha.leap@navy.mil and Beverly Abell at beverly.abell@navy.mil .

All responses must include the following information: Company Name; Company Address; Company Business Size; and Point-of-Contact (POC) name, phone number, fax number, and e-mail address.

Posted: Dec. 14, 2017, 9:04 a.m. EST
Posted: Dec. 13, 2017, 1:43 p.m. EST

Overview

Response Deadline
Oct. 22, 2018, 2:00 p.m. EDT (original: Jan. 3, 2018, 4:00 p.m. EST) Past Due
Posted
Dec. 13, 2017, 1:43 p.m. EST (updated: Sept. 20, 2018, 1:57 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
LEXINGTON PARK, MD 20653 USA
Source
SAM

Current SBA Size Standard
$25.5 Million
Pricing
Cost Plus Fixed Fee
Est. Level of Competition
Low
Odds of Award
42%
Signs of Shaping
88% of obligations for similar contracts within the Department of the Navy were awarded full & open.
On 12/13/17 NAWC Aircraft Division issued Sources Sought N00421-18-R-0015 for Structural Appraisal of Fatigue Effects (SAFE) Support due 10/22/18. The opportunity was issued with a Small Business (SBA) set aside with NAICS 541330 (SBA Size Standard $25.5 Million) and PSC R.
Primary Contact
Title
Contract Specialist
Name
Lacee McKinney   Profile
Phone
(301) 342-2938
Fax
None

Secondary Contact

Title
Contract Officer
Name
Beverly Abell   Profile
Phone
(301) 737-2985
Fax
301-737-2747

Documents

Posted documents for Sources Sought N00421-18-R-0015

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Sources Sought N00421-18-R-0015

Award Notifications

Agency published notification of awards for Sources Sought N00421-18-R-0015

IDV Awards

Indefinite delivery vehicles awarded through Sources Sought N00421-18-R-0015

Contract Awards

Prime contracts awarded through Sources Sought N00421-18-R-0015

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N00421-18-R-0015

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N00421-18-R-0015

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVAIR > NAVAIR NAWC AD > NAVAL AIR WARFARE CENTER AIR DIV
FPDS Organization Code
1700-N00421
Source Organization Code
100244099
Last Updated
Nov. 6, 2018
Last Updated By
PI33_DR_IAE_51681
Archive Date
Nov. 6, 2018