Presented by: Lakehurst Small Business Roundtable Industry Day Lakehurst Small Business Roundtable Industry Day Dawn Chartier Deputy Director, Office of Small Business Programs NAVAIR, NAWCAD Lakehurst 18 October 2017 NAVAIR Public Releases 2017-0909 Distribution Statement A – “Approved for public release; distribution is unlimited.”
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Presented by:
Lakehurst Small Business Roundtable Industry Day
Lakehurst Small Business Roundtable Industry Day
Dawn ChartierDeputy Director, Office of Small Business ProgramsNAVAIR, NAWCAD Lakehurst
18 October 2017
NAVAIR Public Releases 2017-0909Distribution Statement A – “Approved for public release; distribution is unlimited.”
2
NAVAIR TARGETS VS. ACTUALS
VOSB has no set target from DoD. Data derived from FPDS-NG Small Business Achievements by Awarding Organization.
NAVAIRFY17 ACTUALS
NAVAIR FY14 NAVAIR FY15 NAVAIR FY16 as of 30 SEP 17Prime ContractingTotal Dollars 17,713,066,722$ 13,996,974,325$ 20,467,395,290$ 30,875,799,390$ Small Business 8.150% 10.056% 8.205% 5.952%Target $1.6B 7.410% 6.000%Dollars 1,443,639,771$ 1,407,602,935$ 1,679,406,657$ 1,837,669,853$
SMALL DISADVANTAGED BUSINESS 2.730% 2.306% 1.754% 1.080%Target 2.000% 2.500% 2.000%Dollars 483,559,611$ 322,788,080$ 358,970,020$ 333,475,488$
As of 01 October 2017 there are changes to both the NAICS Codes listing and their associated Size Standards.You should be now using the 2017 NAICS Codes. They can be found at:https://www.census.gov/cgi-bin/sssd/naics/naicsrch
SBA’s new Size Standards Listing (PDF version) can be found at:https://www.sba.gov/sites/default/files/files/Size_Standards_Table_2017.pdf
Verify that your information in SAM and the SBA Dynamic SB sites are still valid. If we’re doing market research based on a new NAICS Code and you don’t have that new code listed you could be missed during market research.
NEW NAICS CODE FOR SBIR/STTRS WILL PROBABLY BE 541715
7
GUIDANCE TO INDUSTRY• Company Data Sheet/Capability Statements – No more than three pages (MS Office document) about your company and products or services–TAILORED FOR NAVAIR
(or the agency you are meeting with)– DO YOUR HOMEWORK – FIND OUT WHAT OUR MISSION IS AND WHO WE SUPPORT– Keep it simple, but make your company stand out
• Answer the following– Company point of contact information– Describe what your company does (products or services)– How your mission relates to Naval Aviation– Product commercially available?– Intellectual property rights?– Product utilized with or on any other DoD, government, or commercial platform?– Quantitative data on product performance– Small business certifications, current contract vehicles and NAICS
Posted on NAVAIR OSBP website under the Guidance to Industry (when submitted to NAVAIR OSBP HQ).
www.navair.navy.mil/osbp
8
LOOKING FOR OPPORTUNITIES?
SAM (www.sam.gov)
SEAPORT-e (www.seaport.navy.mil) Federal Business Opportunities - FBO (www.fbo.gov)
NAVAIR Long Range Acquisition Forecast - LRAF (www.navair.navy.mil/osbp)
For procurement history: Federal Procurement Data System-Next Generation - FPDS-NG (www.fpds.gov)
DoD SBIR/STTR PROGRAM (http://www.acq.osd.mil/osbp/sbir/)DoN SBIR/STTR Program (http://www.navysbir.com/)
SBA Dynamic SB Search Site (http://web.sba.gov/pro-net/search/dsp_dsbs.cfm)
Industry Days (both general and those for specific solicitations)
Requests for Information (RFIs) and Sources Sought Announcements
9
AFTER CONTRACT AWARDAFTER CONTRACT AWARD
• Key message: You must now PERFORM!• LET NAVAIR KNOW if you’re experiencing difficulties… ASAP
– Technical/Performance– Schedule– Financial
• …And these communications should be DOCUMENTED• Know your CONTRACT…scope (Statement of Work or Objectives),
terms, conditions, schedules, deliverables – it’s what we’re holding you accountable for
• Be aware the government rates your performance yearly in the Contractor Performance Assessment Reporting System (CPARS) –Used in future source selections (Contracts over $1M for services and over $5M for products)
10
RESOURCES AVAILABLE TO ASSIST
• Contracting Officer• Administrative Contracting Officer• Technical Customer• NAVAIR Small Business Professional• Also:
– SBA website (http://www.sba.gov)• Counseling – in person, email• Financial Assistance Training• Training
Acquisition Strategy to be announced in FedBizOpps or SeaPort-e through the standard notification process.
Competition type shall be determined by market research
AIR-2.5.2.4 Service Requirements
14
Description Current Contract/
Contractor
RFP Release
FedBizOppsor Seaport
Contract Type
Support Equipment (SE)Program Management Support for the full range of Navy,FMS and DoD aircraft systems
N00178-05-D-4461-4Y06
MTG Services
2nd QTR FY18
Seaport-e 5 year CPFF Task Order
AIR-2.5.2.4 Service Requirements
• Engineering and Technical Support Services
Acquisition Strategy to be announced in FedBizOpps or SeaPort-e through the standard notification process.
Competition type shall be determined by market research
15
Description Current Contract/
Contractor
RFP Release
FedBizOppsor Seaport
Contract Type
Design, development, fielding and sustainment of aircraft support systems and equipment such as Test Program Sets, Automatic Test Equipment, etc.
N00178-04-D-4027-4Y05CDI Marine Company
1st QTR FY18
TBD 5 year CPFF Task Order
Software Support Activity (SSA) services. Developing and maintaining the software associated with ALRE systems, including the current Aviation Data Management and Control System (ADMACS), the Electromagnetic Aircraft Launch System (EMALS) and the Advanced Arresting Gear (AAG)
N00178-05-D-4573-4Y05
SSI
2nd QTR FY18
TBD 5 year CPFF Task Order
AIR-2.5.2.2 Service Requirements
• Labor Support Services – Service Contract Act is applicable to procurement
Acquisition Strategy to be announced in FedBizOpps or SeaPort-e through the standard notification process.
Competition type shall be determined by market research
16
Description Current Contract/
Contractor
RFP Release
FedBizOppsor Seaport
Contract Type
Prototype Manufacturing labor support for Test Site
N68335-12-D-0029LGS
Management
2nd QTR FY18
FedBizOpps 5 year FFP IDIQ
Administrative Support Services
N00178-14-D-8046-4Y01
ASG Solutions
4th QTR FY18
TBD TBD
17
• Requirement Title: E2/C2; V-22 Domestic and FMS Support Equipment Program Management Support
• Requirement Description: Support to code 1.3 for management services
• Anticipated Quantity or Period of Performance: 5 years
ANTICIPATED FUTURE REQUIREMENTS• Requirement Title: A/M27T-3 SMALL HYDRAULIC POWER SUPPLY
• Requirement Description: The A/M27T-3 Hydraulic Power Supply is an electrically operated unit used to supply external ground power to aircraft hydraulic systems.
• Anticipated Quantity or Period of Performance: Planning to procure a quantity of nine (9) A/M27T-3 Small Hydraulic Power Supplies. Contract will be build-to-print to a government drawing package.
• Anticipated Contract Type: IDIQ Fixed Price
• Anticipated Solicitation/RFP Release Date: February 2018
• Current Contract Number: N/A
2020
ANTICIPATED FUTURE REQUIREMENTS• Requirement Title: 1553 DATA BUS NETWORK TESTER
• Requirement Description: Design, development, test & production of a portable, rugged, battery-powered “O”-Level test capability and all associated ILS for isolating faults on transmission lines and stubs of aircraft data buses. Current 1553 data Bus Network Tester is facing multiple obsolescence issues and will not support emerging aircraft data buses including Ethernet, FireWire, and MIL-STD-1760. Anticipate modified COTS solutions.
• Anticipated Quantity or Period of Performance: Estimate a total quantity of 195 units to be ordered between FY19 and FY22. Solicitation will be for a base year plus option years.
• Requirement Description: Production of replacement 2000 gallon tanks and all associated ILS to store and dispense liquid oxygen. Also contains a vaporizer to convert the liquid oxygen to gaseous oxygen at 2500 psi to allow for oxygen support of all Navy and Marine Corps aircraft.
• Anticipated Quantity or Period of Performance: Estimate a total quantity of 47 units to be ordered between FY19 and FY22. Solicitation will be for a base year plus option years.
ANTICIPATED FUTURE REQUIREMENTS• Requirement Title: A/S32A-108 REPLACEMENT MOBILE ELECTRIC POWER
PLANT (MEPP)
• Requirement Description: Design, development, test & production of a self-contained, diesel engine driven, towable ground power unit to generate electrical power for most fleet aircraft. Provides multiple power outputs to support aircraft maintenance as follows: 90KVA, 115VAC, three phase, 400Hz and 28VDC (28KW)
• Anticipated Quantity or Period of Performance: Estimate a total quantity of 528 units to be ordered between FY20 and FY24. Solicitation will be for a base year plus option years.
ANTICIPATED FUTURE REQUIREMENTS• Requirement Title: DIESEL & ELECTRIC SERVICING PLATFORM
• Requirement Description: Design, development, test & production of a diesel/ electric powered unit used for providing access to areas on large aircraft 20 to 50 feet above the ground for maintenance.
• Anticipated Quantity or Period of Performance: Estimate a total quantity of 107 units to be ordered between FY20 and FY24. Solicitation will be for a base year plus option years.
development, test & production of a towable 1,500 pound capacity utility crane and all associated ILS used land based & shipboard for maintenance of large, heavy or bulky aircraft components (fins, canopies, ejection seats, radomes, etc.) that can not be lifted manually.
• Anticipated Quantity or Period of Performance: Estimate a total quantity of 212 units to be ordered between FY21 and FY25. Solicitation will be for a base year plus option years.
Requirement Title Requirements DescriptionAnticipated Total Value (Including
Options)
Anticipated Period of
PerformanceYears
Months
Anticipated Solicitation / RFP
DateYear
Quarter
T-45: Multipurpose DollyNew requirement for inlet mod. Manufacture and Deliver 8 Units for Fielding (build to print)
$70,800 8 months FY 2018 QTR 2
T-45:Multifunction Test Set (MTS)Obsolesce replacement of existing MTS. Manufacture and Deliver 45 Sets for Fielding (build to print)
$2,025,000 1 year FY 2018 QTR 3
T-45: Main Landing Gear (MLG) Red Gear
New requirement for MLG Red Gear. Manufactureand Deliver 10 Sets for Fielding (build to print) $245,000 10 months FY 2018 QTR 4
T-45:CNC Machine Additional requirement for SLEP. Manufacture and Install at the Depot $75,000 4 months FY 2018 QTR 1
T-45: Radial Arm Drill Press Additional requirement for SLEP. Manufacture and Install at the Depot $12,000 2 months FY 2018 QTR 1
ANTICIPATED FUTURE REQUIREMENTS
28
Requirement Title Requirements DescriptionAnticipated Total Value (Including
Options)
Anticipated Period of
PerformanceYears
Months
Anticipated Solicitation / RFP
DateYear
Quarter
PAX EMALS and AAG Production for CVN80 (SCN) Execute Option on CVN80 production contract $727,800,000 8 FY 2017 QTR 2
PAX Advanced Arresting Gear (AAG) and EMALS CVN 79 Production FY17 Incremental Funding, Shipbuilding and Conversion, Navy (SCN)
To add incremental funding to the existing EMALS/AAG CVN 79 Production Contract (AAG Increment Only)
$217,000,000 5 FY 2017 QTR 2
Contract Support Services for Program Management Support to code 1.3 for management services $7,600,000 5 FY 2017 QTR 1
ALRE installation support servicesfor Autolube and IFLOLS
Alteration Installation Team support for installing Autolube and IFLOLS on CVNs 74, 69 and 78 $2,000,000 2 FY 2017 QTR 2
Lakehurst Recovery Assist, Secure and Traverse (RAST) Production Option (DDG 123)
Procure RAST production systems for all remaining DDG’s $18,000,000 5 FY 2017 QTR 4
ANTICIPATED FUTURE REQUIREMENTS
29
Requirement Title Requirements DescriptionAnticipated Total Value (Including
Options)
Anticipated Period of Performance
Years Months
Anticipated Solicitation / RFP
DateYear
Quarter
PAX AAG Production for RALS Execute contract modification for half of an AAG system $12,000,000 3 FY 2018 QTR 1
ALRE installation support servicesfor Autolube, IFLOLS, Compact Swagging Machine, LSODS and HFF
Alteration Installation Team support for installing five ALRE systems on CVNs 68, 70, 71, and 77 $5,000,000 2 FY 2018 QTR 2
ALRE installation support services Basic Ordering Agreement
BOA will be for ALRE installation orders for the next five years $49,000,000 5 FY 2018 QTR 3
Lakehurst Recovery Assist, Secure and Traverse (RAST) Production Option (DDG 123)
Execute contract option for RAST production systems for DDG’s 127, 128 and 129 $18,000,000 5 FY 2017 QTR 4
Compact Swagging Machine Execute IDIQ contract for the production of CSM to support $25,000,000 5 FY 2018 QTR 1
ALRE Kit Basic Ordering Agreement Execute BOA to support 7 ALRE programs for parts and material. $20,000,000 5 FY2018 QTR 2
ANTICIPATED FUTURE REQUIREMENTS
30
Requirement Title Requirements DescriptionAnticipated Total Value (Including
Options)
Anticipated Period of Performance
Years Months
Anticipated Solicitation / RFP
DateYear
Quarter
Aviation Lighting System – Control Panel Set
Procure ALS-CPS components for ASGSI and STO Lighting $500,000 6 FY2017 QTR 2
Lakehurst VLA HRS IDIQ Production Contract Procure HRS for DDG123/124 $9,900,000 5 0 FY2017 QTR 3
Lakehurst/VLA Improved Fresnel Lens Optical Landing System (IFLOLS) Phase IV Production Buy Year 3
Lakehurst VLA IFLOLS Phase IV follow on Production. Pre-priced option exercise. $2,854,000 12 FY 2017 QTR 2
Lakehurst VLA IMOVLAS PRM Prototypes Procure 2 units for testing $500,000 6 FY2017 QTR 3
Lakehurst AIT BOA Order VLA -Labor & Materials - Tech Refresh & Monitor upgrade
Award CVN68/71/77 IFLOLS Installation $1,200,000 12 FY2017 QTR 3
Lakehurst Visual Landing Aids (VLA) Advanced Stabilized Globe Slope Indicators (ASGSI) IDIQ Production Follow-on Contract (SCN and Other Procurement Navy (OPN)
ASGSI Follow-on production contract for units (Hardware, Spares, Contractor Support Services, Data Deliverables (CDRL) & Technical Documentation Update
$35,000,000 FY 2016 QTR 4
ANTICIPATED FUTURE REQUIREMENTS
31
Requirement Title Requirements DescriptionAnticipated Total Value (Including
Options)
Anticipated Period of Performance
Years Months
Anticipated Solicitation / RFP
DateYear
Quarter
LKE ADMACS CVN78 PSA (SCN) Installation and check out of the upgrade to the ADMACS Block 2 Phase I equipment $200,000 0 8 FY 2018 QTR 1
LKE ADMACS CVN77 CIA (OPN) Completion of SCD 9874 $99,000 0 1 FY 2018 QTR 2
LKE ADMACS CVN 73 Rip-out (SCN) Removal of ADMACS from CVN 73 $300,302 0 3 FY 2018 QTR 1
Lakehurst EAF AM2 Refurbishment Contract Repair and Refurbish AM2 Mat 6,800,000 5 FY 2018 QTR 4
ANTICIPATED FUTURE REQUIREMENTS
34
Requirement Title Requirements DescriptionAnticipated Total Value (Including
Options)
Anticipated Period of Performance
Years Months
Anticipated Solicitation / RFP DateYear Quarter
PAX AAG IT&E ContractSupport (RDT&E$)
Execute Advanced Arresting Gear (AAG) Integrated Test & Evaluation
ISO T-45, Barricade, Reliability Growth and system requirements
verification & liens resolution.
$26,860,000. 3 0 FY 2018 QTR 4th
PAX IDIQ Contract forCVN 78 Crew AAG Interim
Training Courses
Provide on demand AAG Operator & Maintainer Interim Training
Courses and AAG Senior Leadership Training Courses
~$300K / Course with 2-3 courses per FY 3 0 FY 18 QTR 3rd
ANTICIPATED FUTURE REQUIREMENTS
35
• Requirement Title: Support Equipment (AH-1Z/UH-1Y)• Requirement Description: Contract to manufacture (build to print)
peculiar aircraft lifting sling. Includes load test/load test certification requirements.
• Anticipated Quantity or Period of Performance: One time buy, 6-10 month POP. Expected to be in the $100-200K range
• Anticipated Contract Type: TBD, but anticipated as a competitive SB
• Anticipated Solicitation/RFP Release Date: 2nd quarter FY18• Current Contract Number: NA
35
ANTICIPATED FUTURE REQUIREMENTS
36
• Requirement Title: H-60S Extended Wing Stand• Requirement Description: To procure 15 sets of Extended Wing
Stands that attach to the MHU-191 trailer for the purpose of storing the MH-60S Extended Wing.
• Anticipated Quantity or Period of Performance: Quantity 15 sets, POP 18 months after contract award
• Anticipated Contract Type: Small Business • Anticipated Solicitation/RFP Release Date: 3rd quarter FY18• Current Contract Number: NA
36
ANTICIPATED FUTURE REQUIREMENTS
37
• Requirement Title: V-22 Combo 4 – Domestic & FMS• Requirement Description: Procurement of mechanical and
electrical Peculiar Support Equipment for Initial Outfitting of V-22 sites.
• Anticipated Quantity or Period of Performance: Indefinite Delivery / Indefinite Quantity (ID/IQ), 5 year POP. Expected to be in the $5M-10M range
• Anticipated Contract Type: ID/IQ, Small Business Set Aside• Anticipated Solicitation/RFP Release Date: 1st quarter FY18• Current Contract Number: NA
37
ANTICIPATED FUTURE REQUIREMENTS
38
• Requirement Title: V-22 Combo 5 – FMS & Domestic• Requirement Description: Procurement of Support Equipment for
Initial Outfitting of V-22 sites.• Anticipated Quantity or Period of Performance: Indefinite
Delivery / Indefinite Quantity (ID/IQ), 5 year POP. Expected to be in the $5M-10M range
• Anticipated Contract Type: ID/IQ, Full and Open Competition• Anticipated Solicitation/RFP Release Date: 2nd quarter FY18• Current Contract Number: NA
38
ANTICIPATED FUTURE REQUIREMENTS
39
• Requirement Title: P-8A Maintenance Laptop Set• Requirement Description: Contract to establish production of Govt
designed, P-8 Unique, O-level SE end item for USN, RAAF, and all FMS. Includes one CLIN for production 100% to drawing, and once CLIN with laptop provided GFE.
• Anticipated Quantity or Period of Performance: Multi-year IDIQ, anticipated five year PoP. Anticipated to be in the $2M-2.5M range.
• Anticipated Contract Type: Competitive Small Business.• Anticipated Solicitation/RFP Release Date: RFP released 28
September 2017; proposals due 28 October 2017. • Current Contract Number: Control number N68335-17-R-0065.
39
ANTICIPATED FUTURE REQUIREMENTS
40
• Requirement Title: P-8A Captive Screw R/I Tool Set• Requirement Description: Contract to establish production of Govt
designed, P-8 Unique, O-level SE end item for USN, RAAF, and all FMS.
• Anticipated Quantity or Period of Performance: TBD, preference is for multi-year IDIQ, anticipated five year PoP. Anticipated < $120K including USN and RAAF.
• Anticipated Contract Type: Competitive Small Business.• Anticipated Solicitation/RFP Release Date: TBD, planned for
FY18 award. • Current Contract Number: TBD.
40
ANTICIPATED FUTURE REQUIREMENTS
UPCOMING EVENTS
41
The U.S. Small Business Administration New Jersey District Office Rutgers Center for Urban Entrepreneurship & Economic Development (CUEED) and
New Jersey Small Business Development Center invite you to…
“Making Meaningful Connections: Doing Business with the Federal Government” Tuesday, October 31, 2017 | 9:00am – 1:00pm
Rutgers University| Livingston Student Center | Piscataway NJ
Are you: + An existing small business?
+ Seeking to grow sales to the federal government? + Looking to build meaningful relationships with Small Business Professionals?
+ Trying to more effectively market to federal buyers?
Hear about these best practices straight from the experts in Government & industry! FEATURING SPEAKERS FROM:
U.S. Army Corps of Engineers – Philadelphia District U.S. Navy Naval Air Systems Command (NAVAIR) General Services Administration (GSA) Region 2
U.S. Small Business Administration – NJ District Office PTAC – Procurement Technical Assistance Center
NJ Small Business Development Center (NJ SBDC) Successful small business federal contractors
To RSVP and for additional information: https://www.eventbrite.com/e/making-meaningful-connections-doing-business-with-the-federal-government-tickets-38361961660
UPCOMING EVENTS
42
Monmouth-Ocean Development CouncilGreater Toms River Chamber of Commerce
Lakewood Chamber of Commerce
Present
Business Opportunities with Government and Military Agencies
How to Navigate the Procurement ProcessWednesday, November 1, 2017, 8:30am (registration) – 10:30amWoodlake Country Club, 25 New Hampshire Ave., Lakewood, NJ
Sponsored by
All the Right MoversFocalPoint
The 504 Company
The prospects of doing business with government agencies and military operations can be intimidating and overwhelming, particularly for small businesses. However, we have assembled a panel of speakers that will guide you through the process, and provide you with the contacts and tools you need to break through those mental barriers. Additionally, attendees will learn about programs specifically designed for small business and women, minority and veteran owned businesses.
Representatives from the SBA and the NJ Small Business Development Center will discuss ways to identify opportunities in the federal market, how to prepare to take advantage of those opportunities and the resources available to assist in the process. Key individuals from Joint Base McGuire-Dix-Lakehurst will be providing information to businesses about the opportunities of securing a portion of the millions of dollars in military and public work projects that will be sought by their procurement teams.
Who Should Attend? Current and prospective contractors and businesses in all industries and professions including, but not limited to:
Research & Development - Office Supplies - Small Business Services - Food ServicesProperty Maintenance Services - General Construction Contractors
Dominick Belfiore, SBA Lead Business Opportunity SpecialistJackeline Mejias-Fuertes, NJSBDC Regional DirectorSuzanne Edgar, Dir Bus Operations/Small Bus Spec, JB MDLDawn Chartier, NAVAIR, LakehurstCheryl Chandler, US Army Corps of Engineers
10:30 a.m. Q & A - Meet the Experts
Register on our website: www.modc.com For directions please visit woodlakecountryclub.com or contact the MODC office