Search Contract Opportunities

Enterprise Value Map and Value Chain Analysis   4

ID: N6893615R0044 • Type: Sources Sought

Description

INTRODUCTION
The Naval Air Warfare Center Weapons Division (NAWCWD) Corporate Operations Competency, China Lake, CA is seeking qualified vendors to perform value chain and governance performance analysis and Enterprise Value Mapping analysis. This is a Sources Sought to determine the availability and technical capability of all prospective businesses. All responsible sources are encouraged to respond. 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.
PLACE OF PERFORMANCE
This contract will be performed at contractor's facility. Contractor may need to travel to China Lake, CA; Point Mugu, CA; and/or other Government sites for meetings and briefings.
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.
BACKGROUND
Given the budget uncertainty for many NAWCWD customers and the organization's strategy to continuously innovate to better serve its customers, NAWCWD is examining its future product and service requirements and customer sets in order to conduct future planning to guide investments in capabilities, infrastructure, processes, technology, and operating models. To support this effort, NAWCWD requires EVM analysis to bring industry leading practices and subject matter knowledge to its strategy and planning efforts.
This effort will build on the existing NAWCWD Enterprise Value Map and Value Chain Analysis. Further analysis using the NAWCWD Value Chain will directly support NAWCWD's goals by allowing the Command to improve communications with internal and external stakeholders, make informed business and investment decisions, and plan effectively for long-term strategies and solutions.
This requirement is a follow-on procurement to contract N68936-15-F-0069 currently being performed by Deloitte Consulting LLP. The existing contract is Firm Fixed Price type. This contract is due to expire 14 November 2015.
REQUIREMENTS
The contractor shall perform Strategy and Planning Analysis and provide Project Management in accordance with (IAW) the attached DRAFT Performance Work Statement (PWS) and associated DRAFT Contract Data Requirements List (CDRL). The Contract Type is anticipated to be Cost Plus Fixed Fee (CPFF) type. The estimated period of performance consists of a base year and four one-year options for a total performance period of 5 years. The anticipated start date is November 2015. The total level of effort is estimated to be approximately 41,790 man-hours for 5 years. The following are examples of anticipated labor categories under this requirement:
Senior Consultant, Senior Program Manager, Project Manager, Consultant and Project Analyst.
The successful awardees will be required to have a Government approved accounting system upon contract award.
ELIGIBILITY
The applicable NAICS code for this requirement is 541611 with a Small Business Size Standard of $15.0M. The anticipated Product Service Code (PSC) for this requirement is R410. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.
ADDITIONAL INFORMATION AND SUBMISSION DETAILS
A DRAFT PWS is attached for review. (Attachment 1)
Interested parties are requested to submit a brief capabilities statement (no more than ten 8.5 X 11 inch pages in length, 12 point font minimum) demonstrating ability to perform the services listed in the DRAFT PWS.
This documentation must address, at a minimum, the following:
1. Title of the DRAFT PWS you are applying to.
2. Company Name; Company Address; Point-of-Contact (POC) name, phone, fax number, and e-mail address.
3. Company Size (Small or Large according to the NAICS and size standard listed). If your company is a Small Business, specify if your company is or is not each of the following: (a) Service-Disabled Veteran Owned Small Business (SDVOSB); (b) HUBZone Small Business; (c) 8(a) Concern; (d) Woman-Owned Small Business; (e) Economically Disadvantaged Woman-Owned Small Business.
4. 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, Government point of contact with current telephone number, and a brief description of how the contract referenced relates to the services described in the DRAFT PWS.
5. Company profile to include number of employees, annual revenue, office location(s), cage code, and DUNS number.
6. 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, their level of consulting experience supporting Department of Defense (DOD) and Department of Navy (DON) senior executives (and their relative levels).
Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Haiyan Li, in either Microsoft Word (fully compatible with Microsoft Office 2003) or Portable Document Format (PDF), via email at haiyan.li@navy.mil. Questions or comments regarding this notice may be addressed by email to haiyan.li@navy.mil. No phone calls will be accepted.
The deadline for response to this request is 4:00 p.m. Pacific Time on 11 May, 2015
All documents submitted shall reference this synopsis number. Information and materials submitted in response to this request WILL NOT be returned. 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. 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 11, 2015, 8:00 p.m. EDT Past Due
Posted
April 23, 2015, 6:51 p.m. EDT
Set Aside
None
Place of Performance
China Lake, CA USA
Source
SAM

Current SBA Size Standard
$24.5 Million
Pricing
Cost Plus Fixed Fee; Fixed Price;
Est. Level of Competition
Low
Odds of Award
82%
On 4/23/15 Naval Air Warfare Centers issued Sources Sought N6893615R0044 for Enterprise Value Map and Value Chain Analysis due 5/11/15. The opportunity was issued full & open with NAICS 541611 and PSC R.
Primary Contact
Title
Contract Specialist
Name
Haiyan Li   Profile
Phone
(760) 939-8519
Fax
(760) 939-8107

Secondary Contact

Title
Procurement Contracting Officer
Name
Kim Matsunaga   Profile
Phone
(760) 939-7084
Fax
(760) 939-8107

Documents

Posted documents for Sources Sought N6893615R0044

Question & Answer

Opportunity Lifecycle

Procurement notices related to Sources Sought N6893615R0044

Award Notifications

Agency published notification of awards for Sources Sought N6893615R0044

IDV Awards

Indefinite delivery vehicles awarded through Sources Sought N6893615R0044

Contract Awards

Prime contracts awarded through Sources Sought N6893615R0044

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N6893615R0044

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N6893615R0044

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVAIR > NAVAIR NAWC WD > NAVAL AIR WARFARE CENTER
FPDS Organization Code
1700-N68936
Source Organization Code
100076489
Last Updated
May 11, 2016
Last Updated By
PI33_DR_IAE_51681
Archive Date
May 11, 2016