Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2015 FBO #5028
MODIFICATION

R -- Naval Munitions Requirements Process to now be competed via fulland open competition

Notice Date
8/28/2015
 
Notice Type
Modification/Amendment
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700Robbins Avenue, Building 2B Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N0018915RZ081
 
Response Due
9/14/2015
 
Archive Date
9/21/2015
 
Point of Contact
Pete Certo 215-697-1017 peter.certo@navy.mil
 
Small Business Set-Aside
N/A
 
Description
NAVSUP Fleet Logistics Center Norfolk Philadelphia Office Contracting Department intends to acquire services that include mathematical model development and modification, software coding, database development and management, validation and verification, data entry, requirements computation, assessment of results, documentation and on-call munitions requirements analysis to support OPNAV N81. The effort provides the analytical base for the Department of the Navy's ordnance inventory requirements and is used for Program Objective Memorandum (POM)/budget development and program assessment. The effort under this contract is divided into four phases: 1. Naval Munitions Requirements Process (NMRP) Working Group review and software development. 2. Database development review and issue resolution. 3. Computation and Output Presentation. 4. Studies and Analysis. The NMRP requires several specialized disciplines under one service contract to successfully complete all phases; highly analytic/applied mathematics discipline, application of analytic techniques and modeling warfare concepts-of-operations, experience in the NMRP modeling suite or significant experience in mathematical modeling methods (including Monte Carlo simulation and Markov Chain sampling), data collection and analysis work in programs of similar complexity and scope, computer science and software design, and experience in Naval Service warfare, warfare systems and munitions capabilities, performance, attributes, employment procedures and effects. The contractor shall develop a software development program to be applied to all software developed or modified during the course of the contract. The effort will require the contractor to have significant experience in Navy and Marine Corps operations and particularly the determination of ordnance requirements, and familiarity with Navy and Marine Corps organizations. Since the NMRP generates munitions requirements, the contractor must have complete understanding of Naval service warfighting concepts including Strike Warfare, Close Air Support, Anti-Submarine Warfare (surface, air, and sub-surface based), Anti-Surface Warfare, Anti-Air Warfare, Countermine Techniques, and platform self-protection techniques. Along with the requisite warfighting understanding, they must also be able to translate warfighting concepts into mathematical calculations and model/software code. The contractor must understand the principles of applied math and computational techniques upon which the NMRP system software was designed and be able to operate and make changes to the system software modeling code. All of the model descriptions and the corresponding documentation will be furnished to the servicing contractor in a ready to use status as Government Furnished Equipment. All changes to the models and the methodologies that the contractor makes during the period of performance of the contract must be thoroughly tested and documented by the contractor and provided as a deliverable to OPNAV N81. The NMRP requires constant, secure collaboration between the vendor and OPNAV N81. On day one of the contract, the service provider must possess the required security clearances, secret DoD facility clearance, and more importantly, secure connectivity (SIPRNet) with N81. The primary place of performance will be at the contractor's site and occasionally at the Government site. The Service Contract Act is not applicable to this requirement. It is the Government's intent to process this procurement through full and open competition in accordance with FAR 15 (Contracting by Negotiation) to ultimately award a cost plus fixed fee contract. The applicable NAICS code is 541690. Upon its release, the solicitation will be issued electronically and be available for downloading at the NECO website: http://www.neco.navy.mil or http://www.fedbizopps.gov on or about 15 September 2015. All responsible sources may submit a proposal, which will be considered by NAVSUP FLC Norfolk, Contracting Department, Philadelphia Office. The closing date for the receipt of offers will be set forth in the RFP. Interested parties are solely responsible for monitoring the above website for posting of the RFP and any amendments hereto. The Government will not pay for the information received. By submitting a proposal, the offeror is self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the proposal. By submission of a proposal, the contractor acknowledges the requirements that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award. Lack of registration in the SAM database shall make a contractor ineligible for award. Contractors may obtain information on registration and annual confirmation requirements via the internet at https://www.sam.gov/protal/public/SAM/. Any questions regarding this announcement should be submitted via email to peter.certo@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018915RZ081/listing.html)
 
Record
SN03860796-W 20150830/150828234825-81f1ccebf44ec0146964697f099a39cf (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.