Skip to main content

An official website of the United States government

You have 2 new alerts

Internal Contractor Support Services (iCSS) Presolicitation Notice

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Original)
  • Original Published Date: Aug 27, 2024 04:01 pm EDT
  • Original Response Date: Sep 12, 2024 04:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 12, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside: SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
  • Product Service Code: R425 - SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Orlando , FL 32826
    USA

Description

This Pre-Solicitation Notice serves as notification to industry of the upcoming Request for Proposal (RFP) package for the Naval Air Warfare Center Training Systems Division (NAWCTSD), Internal Contractor Support Services (iCSS) for NAWCTSD, Orlando (N6134024R0037). Only offerors registered and active in the Procurement Integrated Enterprise Environment (PIEE) will be eligible to access the solicitation, submit a proposal, and receive corresponding documents. The following link provides offerors PIEE registration information: https://piee.eb.mil/xhtml/unauth/help/help.xhtml 

This requirement is to provide non-personal agile augmentation of the NAWCTSD workforce to support the NAWCTSD Mission in acquiring, through procurements or through organic capability, and managing Naval training devices and systems throughout the acquisition life cycle; from concept refinement through operation and support phases. The requirements span all Navy and Marine Corps type/model/series, other government agencies and foreign military platforms. While the overall general scope of work for the required services are well-defined, the precise quantities of services, duration of performance, individual customers, level and skill mix of each labor category for the programs and platforms will not be known at the time of contract award and may vary significantly based upon unique technical requirements of the numerous individual programs and projects, the specific delivery/performance schedule required of the customers, and/or the place of performance for each project. Functional Areas include, but are not limited to Management, Engineering, Instructional Design, and Logistics. The solicitation will result in a single award Indefinite Delivery Indefinite Quantity (IDIQ) type contract that consists of a five-year base ordering period with a two-month mobilization period, plus an option clause for up to 6 additional months.   

NAWCTSD is considering the following as solicitation requirements for contract award: 

  1. Verification of an approved cost accounting system;   

  2. Verification of an approved facility clearance, at the secret level, in accordance with Statement of Work; and   

  3. Verification of WOSB certification via the SBA Dynamic Small Business Search (DSBS) database.  

 A  DRAFT copy of the Statement of Work is available upon email request.   

NAWCTSD intends to compete this effort as a Women-Owned Small Business set-aside that will result in a single award Indefinite Delivery Indefinite Quantity (IDIQ) type contract.  NAWCTSD anticipates evaluating on a “best value trade-off” approach using competitive acquisition procedures in accordance with FAR Part 15. RFP is anticipated to be released first quarter of Fiscal Year 2025.   

Requests, questions and/or concerns related to this pre-solicitation notice may be submitted via email to Michael Yucht, Contract Specialist at Michael.D.Yucht.civ@us.navy.mil and Nicole Pinkney, Contract Specialist at Nicole.S.Pinkney.civ@us.navy.mil by 1600EDT on 12 September 2024. This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. 

If your company is interested in this planned procurement, it is advised that you continuously monitor the sam.gov website.   

Contact Information

Contracting Office Address

  • 12211 SCIENCE DRIVE
  • ORLANDO , FL 32826-3224
  • USA

Primary Point of Contact

Secondary Point of Contact

History