Maryland Bids > Bid Detail

NOTIFICATION OF INTENT FOR IT ENTERPRISE ENGINEERING, OPERATIONS, AND HOSTING SERVICES FOR NAVAL AIR WARFARE CENTER AIRCRAFT DIVISION (NAWCAD)

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
Opps ID: NBD00159232361650150
Posted Date: Apr 7, 2023
Due Date: Apr 21, 2023
Solicitation No: N00421-22-RFPREQ-724000A-0126
Source: https://sam.gov/opp/6345688da3...
Follow
NOTIFICATION OF INTENT FOR IT ENTERPRISE ENGINEERING, OPERATIONS, AND HOSTING SERVICES FOR NAVAL AIR WARFARE CENTER AIRCRAFT DIVISION (NAWCAD)
Active
Contract Opportunity
Notice ID
N00421-22-RFPREQ-724000A-0126
Related Notice
N00421-22-RFPREQ-724000A-0126
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR NAWC AD
Office
NAVAL AIR WARFARE CENTER AIR DIV
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 07, 2023 12:59 pm EDT
  • Original Response Date: Apr 21, 2023 03:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: DC01 - IT AND TELECOM - DATA CENTER SUPPORT SERVICES (LABOR)
  • NAICS Code:
    • 518210 - Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services
  • Place of Performance:
    Patuxent River , MD 20670
    USA
Description

The following information is in reference to the upcoming solicitation, N0042123R0022 NAVAIR/NAWCAD IT Enterprise Engineering, Operations, and Hosting Support Services. The information provided in this notice is subject to change and is not binding on the Government. No funds are available to pay for preparation of responses to this notification. Any information submitted by respondents is strictly voluntary.



NOTICE: ALL INFORMATION PRESENTED IS CONSIDERED DRAFT AND NOT FINAL UNTIL THE RELEASE OF THE FINAL SOLICITATION.



THIS IS FOR INFORMATIONAL PURPOSES TO AID INDUSTRY IN UNDERSTANDING THE INTENT OF THE GOVERNMENT WITH REGARD TO THE SUBJECT SOLICITATION.



Please review the DRAFT PWS and information below and provide feedback with specific comments by 1500 on 21 April 2023 to Lauren Dennison at lauren.a.dennison.civ@us.navy.mil.



Included with this communication are the following documents:






    1. DRAFT Single Award Indefinite Delivery Indefinite Quantity Performance Work Statement from which all Task Order and Delivery Order Statements of Work or Performance Work Statements will be derived

    2. N0042123R0022 – Digital Network and Applications (DNA) Department Organizational Structure Reference





The following decision(s) has been made in regard to the subject solicitation:




  1. “5252.215-9505 EXCLUSIVE TEAMING ARRANGEMENTS WHICH INHIBIT COMPETITION (NAVAIR)(OCT 2005)” will NOT be included in the solicitation.



The Government is considering the following in regard to evaluation criteria and evaluation processes:



Planned evaluation criteria and relative weighting (as applicable):​



Factor 1: Technical



Element A: Management and Resourcing​




  • Management and Resourcing Approach​

  • Staffing Matrix (against Government defined Day 1 staffing requirement)​

  • Staffing Qualifications Substantiating Data​



Element B: Understanding of the Requirements​




  • Sample Task



Factor 2: Past Performance



Factor 3: Cost/Price



For the TECHNICAL Factor, Element A is considered an area of emphasis and will be considered more important than Element B.



TECHNICAL is more important than PAST PERFORMANCE, TECHNICAL and PAST PERFORMANCE when combined, are significantly more important than PRICE/COST.



PRICE/COST is not the most important evaluation factor, but its degree of importance will increase commensurably with the degree of equality among different Offerors’ TECHNICAL and PAST PERFORMANCE proposals.



Planned evaluation processes or processes:​




  • The award will be based on Best Value / Trade-off approach

  • The solicitation will use FAR 52.215-1 (award on initials)

  • The Government intends to provide minimum direct labor rates and a minimum annual escalation rate

  • The Government intends to include the following prerequisites.

    • SAM.Gov registration of the Prime Offeror

    • DCMA approved cost accounting system

    • Verification of Prime Offeror small business status

    • Prime Offeror Facility Clearance Level of TOP SECRET

    • Staffing Matrix - Maximum threshold of 35% of labor mix that can be “prospective” at time of proposal against a Government provided day 1 staffing requirement





The following information is considered relevant for vendors proposing as a Small Business Joint Venture:



When evaluating the capabilities, past performance, experience, business systems and certifications of an entity submitting an offer for a contract set aside or reserved for small business as a joint venture established pursuant to this section, a procuring activity must consider work done and qualifications held individually by each partner to the joint venture as well as any work done by the joint venture itself previously. (citing 13 C.F.R. § 125.8(e); citing also 13 C.F.R. § 124.513(f)). The Small Business Act requires agencies to consider the capabilities, past performance, experience, business systems and certifications of the individual members of the joint venture if the joint venture (itself) does not demonstrate sufficient capabilities or past performance to be considered for award of a contract opportunity[.] (citing 15 U.S.C. § 644(q)(1)(C)).



The Government intends to include FAR 52.204-7, System for Award Management, which requires offerors “to be registered in System for Award Management (SAM) when submitting an offer or quotation, and shall continue to be registered until time of award.” Therefore, in accordance with FAR 52.204-7, although members of a joint venture may individually be registered in SAM, this is insufficient if the joint venture itself is not also registered.


Attachments/Links
Contact Information
Contracting Office Address
  • BUILDING 439 SUITE F 47110 LILJENCRANTZ ROAD UNIT 7
  • PATUXENT RIVER , MD 20670-1545
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >