UPDATE: This Sources Sought was previously titled NATEC Contractor Engineering Technical Services (CETS) listed under N68520-22-R-0022. This sources sought notice is an updated RFI notice since the anticipated solicitation and contract strategy has changed.
Sources Sought – NATEC Fighter Attack Contractor Engineering Technical Services (CETS)
The Naval Air Systems Command, Commander Fleet Readiness Center (COMFRC) Patuxent River, Maryland intends to procure a Cost Plus Fixed Fee (CPFF) type IDIQ on a competitive basis for CONTRACTOR ENGINEERING TECHNICAL SERVICES (CETS) provided to Fleet Readiness Center Naval Air Technical Data and Engineering Service Center (FRC NATEC). Services will be in direct support of Fleet Readiness Center at NATEC, San Diego (FRC NATEC) consisting of informing, instructing, and training Navy, Marine Corps military and civilian personnel. The contractor shall provide CETS Contractor Field Services (CFS) with experience in installation, operation, and maintenance of Aircraft systems and provide technical guidance.
This acquisition will be a realignment of specific tasks from several contracts being performed under the following current contracts: N00178-19-D-7072 performed by AES, N68936-20-D-0007 performed by Boeing, N68936-17-D-0027 performed by Rolls Royce, and SPRPA1-14-D-002U performed by Boeing. One of the contracts SPRPA1-14-D-002U expires 31 December 2022. The anticipated ordering period for this acquisition will be 01 January 2023 to 31 December 2027. Work will be primarily performed at Government sites Fleet Readiness Centers Cherry Point, NC; Lemoore, CA; Oceana, VA; Whidbey Island, WA; Miramar, CA; Beaufort, SC; Japan, and Fallon, NV. The successful offeror will be required to have a Government approved accounting system. Please see the DRAFT Statement of Work Statement (SOW) (Attachment 1) for the entire set of requirements.
DISCLAIMER
ALL LARGE AND SMALL BUSINESSES THAT ARE INTERESTED SHOULD SUBMIT A CAPABILITY STATEMENT. 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. OTHERWISE, THIS MARKET RESEARCH IS BEING USED TO IDENTIFY POTENTIAL AND ELIGIBLE FIRMS, OF ALL SIZES, PRIOR TO DETERMINING THE COMPETITIVE METHOD OF ACQUISITION AND ISSUANCE OF A SOLICITATION.
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.
Specific details will be provided in a solicitation at a future time which will be posted at https://www.sam.gov/. Be advised that periodic access to the website is essential for obtaining updated documentation and the latest information regarding this procurement. All data received in response to this sources sought, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted.
ELIGIBILITY
Product Service Code (PSC) for this requirement is L016 – Technical Representative- Aircraft Components and Accessories.
North American Industry Classification System (NAICS) Code is 541330 – Engineering Consulting Services with a size standard of 41.5 million dollars.
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.
ANTICIPATED CONTRACT TYPE
The resultant contract is anticipated to be a single award (SA) Indefinite Delivery/Indefinite Quantity (IDIQ) type contract with Cost-Plus-Fixed-Fee (CPFF) Level of Effort CLINs for services, and cost reimbursable CLINs for Other Direct Costs (ODCs) (Travel and Material). Individual task orders will be generated for specific CETS requirements.
Anticipated Period of Performance:
The anticipated period of performance is a five (5) year ordering period. The Period of Performance (PoP) is five years (five year ordering period) and includes a six-month option to extend services, with an anticipated start in FY2023.
SUBMITTAL INFORMATION (CAPABILITIES STATEMENT)
Interested businesses shall submit brief capability statements (no more than 10 pages in length, single spaced, 11 point font minimum) electronically in Microsoft Word or Portable Document Format (PDF) to Lyndsay Krebs at [email protected] and Elden Greuber at [email protected] no later than 12:00 PM Eastern Standard Time (EST) on July 25, 2022.
All responses must include the following information: Company Name; Company Address; and Point-of-Contact (POC) name, phone number, and e-mail address. Declaration as to whether a U.S. or foreign company; Company size (Small or Large according to the identified NAICS and size standard identified); If your company is a small business, specify type(s), provide any anticipated teaming arrangements and delineate between work to be accomplished by the prime and the work to be accomplished by the teaming partners.
No phone or email solicitations with regard to the status of the solicitation will be accepted prior to its release. All data received in response to this Sources Sought, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted.
Capability statement packages should demonstrate the ability to perform the services listed in the attached SOW. This documentation must address, at a minimum, the following: Reference to the solicitation number N68520-22-R-0022 and title of the SOW being referenced;
Vendors should appropriately mark any data that is proprietary or has restricted data rights
If the company finds itself not capable to perform all parts of the SOW, please specify which portions of the SOW it is not capable of accomplishing. If the company will be teaming or utilizing subcontracts, please include information regarding which work the subcontractor will be responsible for and how the prime will determine the subcontractor is capable of accomplishing the work. If your company has any questions about the structure of the SOW, or areas that may need further definition, please also identify those in the response.
Responses to this Sources Sought, including any capability statements and communications regarding this solicitation, shall be electronically submitted via email. All responses must be sufficient in detail to permit agency analysis to establish bona fide capability to meet requirements.
Primary Point of Contact: Lyndsay Krebs, Contract Specialist
Email: [email protected]
Secondary Point of Contact: Tiffany Crayle, Contracting Officer
Email: [email protected]
Procurement Group Office Address:
Naval Air Systems Command (NAVAIR)
Commander, Fleet Readiness Centers (FRCs)
47038 McLeod Rd, Bldg. 448
Patuxent River, MD 20670
United States