Search Contract Opportunities

SPECIAL NOTICE N6134019R0067 SUBJ: NAVAL AVIATION HELICOPTER TRAINING PROGRAMS CURRICULUM REVISION AND MAINTENANCE (CR and M) INDUSTRY DAY/SITE VISIT INFORMATION AND FACILITY CLEARANCE LEVEL

ID: N6134019R0067 • 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: April 16, 2020, 11:11 a.m. EDT
SPECIAL NOTICE N6134019R0067 SUBJ: NAVAL AVIATION HELICOPTER TRAINING PROGRAMS CURRICULUM REVISION AND MAINTENANCE (CR and M) INDUSTRY DAY/SITE VISIT INFORMATION AND FACILITY CLEARANCE LEVEL
Posted: May 14, 2019, 3:53 p.m. EDT
Posted: April 20, 2019, 10:47 a.m. EDT
Posted: April 18, 2019, 5:34 p.m. EDT
Posted: March 21, 2019, 10:52 a.m. EDT
Posted: Jan. 9, 2019, 3:28 p.m. EST
Naval Aviation Helicopter Training Programs Curriculum Revision and Maintenance (CR and M) INTRODUCTION Naval Air Warfare Center Training Systems Division (NAWCTSD) has a requirement to support the Naval Aviation Helicopter Training Programs Revision and Maintenance of curriculum, to include support of Electronic Classrooms (ECR), Learning Resource Centers (LRC), network systems, and Foreign Military Sales (FMS). This acquisition is necessary to ensure the currency and accuracy of the training programs. NAWCTSD intends to award a single Firm Fixed Price contract with FFP and Cost Plus Fixed Fee (CPFF) components to meet the Navy Helo R and M requirements. All interested parties may identify their interest and capability to respond to the requirement no later than 2 pm, EST, 23 January 2019. The results of the Sources Sought will be utilized to determine sources capable of satisfying the agency TMs requirements. This market research tool is being used to identify potential and eligible contractors, of all sizes, prior to determining the method of acquisition. Estimated Request for Proposal release: 3rd Quarter FY19. Estimated Award: 2nd Quarter FY20. Period of Performance: Base period of seven months, four option periods of twelve months each, and one option period of five months. PLACE OF PERFORMANCE Location: Government Sites; Naval Air Station North Island, CA., Naval Station Mayport, FL., Naval Air Station, Jacksonville, FL., Naval Station Norfolk, VA., and Contractor Facility. 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 NAWCTSD, Orlando, FL is the contracting and administrative agent for CR and M Programs. In accordance with this designation, NAWCTSD provides a contract vehicle and administrative support for in support of Naval Aviation Helicopter Training Programs. This requirement is a follow-on procurement. The existing contract is a Firm Fixed Priced (FFP), Task Order under N6134012D7203, due to expire 31 May 2020. REQUIRED CAPABILITIES 1. The contractor shall provide Subject Matter Experts (SME) at all locations with experience in the specific Type/Model/Series (T/M/S) of aircraft support at that location. 2. The contractor shall provide Site Support personnel to include Certified Information Assurance Technicians, Learning Center Clerks and Site Managers. 3. The contractor shall provide all Curriculum support personnel required to complete changes and updates to course material. 4. The contractor shall use Government approved methods to track and document all course changes. ELIGIBILITY The applicable NAICS code for this requirement 611512, small business size standard $27.5 million. The Product Service Code is U099. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. SUBMISSION DETAILS (CAPABILITIES STATEMENT) Interested parties are requested to submit literature, brochures and capabilities statement of no more than ten (10) pages in length in Times New Roman fond of not less than 10 pitch. This documentation must address at a minimum the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can or has your company managed a task of this nature? If so, please provide details. Include contract number references and total value of work performed by your company; for each reference note whether performance was as a prime or a subcontractor. 3.) What specific skills does your company possess which ensure capability to perform the tasks? 4.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 5.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern under the $27.5M size standard. If you are a small business interested in being the prime contractor for this effort, please be advised that the FAR 52.219-14 Limitations on Subcontracting clause has changed. Deviation 2019-O0003 is now in effect which adds the definition of Similarly Situated Entity and changes the 50% calculation for compliance with the clause. Small business primes may now count work performed by similarly situated entities as if it were performed by the prime itself. Please read the full text of the clause deviation (52.219-14 Class Deviation 2019-O0003 dates 12/3/18 at http://farsite.hill.af.mil/vmfara.htm ). To assist in our market research and determination of any applicable small business set-aside for this effort, if you are a small business interested in priming this effort and plan to utilize similarly situated entities to meet the Limitation on Subcontracting, please identify the name and CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare. Information regarding any planned similarly situated entity should be included in answering the 5 questions outlined above in order to assist the Government TMs capability determination. The contract type is anticipated to be a Firm Fixed Price (FFP) contract, with FFP and Cost Plus Fixed fee (CPFF) CLINs. The estimated period of performance consists of a seven-month base period, followed by four consecutive twelve-month options, and one option period of five months, for a total of 60 months. The proposed contract is anticipated to subject to FAR Part 15- Contracting by Negotiation. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Kelly Stevens, in either Microsoft Word or Portable Document Format (PDF), via email at Kelly.stevens@navy.mil. Alternative submittal methods by mail to: ATTN: Kelly Stevens, Code 25322, NAVAIR Orlando Training Systems Division, 12211 Science Drive, Orlando, FL 32826. The deadline for response to this request is 2 pm, EST, 23 January 2018. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted via email. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to these Sources Sought.

Overview

Response Deadline
May 16, 2019, 1:00 a.m. EDT (original: Jan. 23, 2019, 12:00 a.m. EST) Past Due
Posted
Jan. 9, 2019, 3:28 p.m. EST (updated: April 16, 2020, 11:11 a.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$25.5 Million
Pricing
Cost Plus Fixed Fee; Fixed Price;
Est. Level of Competition
Low
Odds of Award
61%
On 1/9/19 NAWC Training Systems Division issued Sources Sought N6134019R0067 for SPECIAL NOTICE N6134019R0067 SUBJ: NAVAL AVIATION HELICOPTER TRAINING PROGRAMS CURRICULUM REVISION AND MAINTENANCE (CR and M) INDUSTRY DAY/SITE VISIT INFORMATION AND FACILITY CLEARANCE LEVEL due 5/16/19. The opportunity was issued full & open with NAICS 541330 and PSC U.
Primary Contact
Name
Kelly Stevens 407-380-4143 Ms. Kelly Stevens email: kelly.stevens@navy.mil Phone: Work (407) 380-4143 Cell (301) 904-9434   Profile
Email
kelly.stevens@navy.mil
Phone
None

Documents

Posted documents for Sources Sought N6134019R0067

Question & Answer

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

Contract Awards

Prime contracts awarded through Sources Sought N6134019R0067

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N6134019R0067

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N6134019R0067

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVAIR > NAVAIR NAWC TSD > NAWC TRAINING SYSTEMS DIV
FPDS Organization Code
1700-N61340
Source Organization Code
500045708
Last Updated
May 31, 2020
Last Updated By
PI33_DR_IAE_51681
Archive Date
May 31, 2020