Federal Contract Opportunity

Last Updated on 22 Feb 2024 at 6 PM
Sources Sought
Patuxent river Maryland

RAPID OPERATIONS MATERIAL MANAGEMENT SUPPORT - 541614

Details

Solicitation ID N00421-23-RFPREQ-4K0000T-1241b
Posted Date 22 Feb 2024 at 6 PM
Response Date 10 Jan 2025 at 5 AM (estimated)
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Naval Air Warfare Center Air Div
Agency Department Of Defense
Location Patuxent river Maryland United states 20670

Possible Bidders

Ww Grainger Incorporated

Cleveland Anchorage Lake forest Boston Atlanta Chula vista Saint louis Niles

National Industries For The Blind

Wayne Earth city Alexandria

Sign up to access Documents

Signup now

UPDATE FEBRUARY 22, 2024

After reviewing all of the sources sought responses for the Rapid Operations Material Management Support (ROMM) N00421-23-RFPREQ-4K0000T-1241 (NAICS 541330) and for Rapid Operations Material Management Support (ROMM) N00421-23-RFPREQ-4K0000T-1241b (NAICS 541614) requirements, the Government has made the determination to move forward with N00421-23-RFPREQ-4K0000T-1241 (NAICS 541330). NAICS 541330 seemed to be a better overall fit for this requirement. Also, this effort will be a small business set-aside open to all small businesses.

INTRODUCTION

This SOURCES SOUGHT is a market research tool to determine the availability and technical capability of small businesses (including the following subsets: Small Disadvantaged Businesses, HUBZone Firms, Certified 8(a), Service-Disabled Veteran­Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services.

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 INFORMATIONSUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.

THIS IS ONE OF TWO SOURCES SOUGHTS FOR THIS REQUIREMENT. THE NAICS CODE HAS YET TO BE DETERMINED, THERFORE, PLEASE REFERENCE WHICH NAICS CODE YOUR CAPABILITY STATEMENT IS IN RESPONSE TO.

DESCRIPTION

As the organic Lead Systems Integrator (oLSI) for the Naval Air Warfare Center Aircraft Division (NAWCAD), Webster Outlying Field (WOLF) operates under a product-based business model whereby WOLF civilians lead and manage the efforts of combined Government-Industry teams. Using this oLSI approach, the Government maintains ownership of intellectual property and data rights, enabling WOLF to rapidly adapt solutions to the dynamic needs of the warfighter.

The NAWCAD WOLF Command provides engineering, integration, and mission support services to numerous Navy, Joint, and coalition forces worldwide utilizing numerous platforms and integrated capabilities. These capabilities typically require integration and coordination with existing infrastructure as well as the addition of new capabilities as dictated by mission requirements. This includes the application of rapid development, rapid prototyping, and system integration in the development of product-based solutions to support Combat Integration & Identification Systems (CI&IDS); Ship & Air Integrated Systems (SAIW); Special Communications Mission Solutions (SCMS); Air Traffic Control & Landing Systems (ATC&LS); Airborne Systems Integration (ASI); and Integrated Command, Control (C2) and Intel Systems (IC2&IS).

This Contract will provide life cycle management, material and equipment management, and recordkeeping and reporting. This includes material handling, delivery and issuance of equipment, shipping, storage, supply maintenance, administrative, logistics, and other collateral support services, such as the disposal and handling of Hazardous Material (HAZMAT).

The contract vehicle is anticipated to be a Single Award IDIQ with the LOE estimated at 1,045,011 man-hours for the five year ordering period.

The attached draft SOW provides additional information about the required tasking. 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.

ELIGIBILITY

The applicable NAICS Code for this requirement is 541614 with a Small Business Size standard of $20 Million. The Product/Service Code (PSC) for this effort is R706, Support- Management: Logistics Support. This Sources Sought Synopsis is requesting responses to the following criteria from any or all businesses that can provide the required services under the NAICS Code.

Offerors MUST have an adequate accounting system in accordance with FAR 16.301-3(a)(3) in order to be eligible for award of this cost-type contract.

SUBMISSION DETAILS

Interested businesses are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 12 pitch.

Interested businesses should submit a brief capabilities statement package that shall 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? This should include the contract number, organization supported, indication of whether as a prime or subcontractor, contract value, Government point of contact, and a brief description of how the referenced contract relates to the services described in the draft SOW.

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, provide details.

4) What specific technical skills does your company possess which ensure capability to perform the tasks outlined in the draft SOW?

5) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasking described in this SOW for the base period as well as the option periods.

6) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNS number, CAGE code, etc.

7) 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.

8) Include in your response your ability to meet the Facility and Safeguarding requirements outlined above.

In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications and ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). To assist the Government in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement.

Your response to this Sources Sought shall be electronically submitted to Veronica Mayhew and Jennifer Lundburg in either Microsoft Word or Portable Document Format (PDF) via email at [email protected] and [email protected].

The deadline for response to this request is 25 January 2024, 2PM (1400) Eastern Standard Time.

Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned.

No phone calls will be accepted.

Questions may be submitted via email to [email protected] and [email protected]. 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.

Similar Opportunities

Patuxent river Maryland 10 Jan 2025 at 5 AM (estimated)
Patuxent river Maryland 31 Dec 2024 at 5 AM (estimated)
Patuxent river Maryland 31 Dec 2024 at 5 AM (estimated)
Patuxent river Maryland 31 Dec 2024 at 5 AM (estimated)

Similar Awards

Dhs Maryland 11 Oct 2011 at 7 PM
Colorado springs Colorado 20 Nov 2014 at 9 PM
Fort myer Virginia 25 May 2012 at 12 PM
San diego California 20 Aug 2002 at 5 AM
Norfolk Virginia 12 Feb 2015 at 8 PM