Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 12, 2017 FBO #5649
MODIFICATION

U -- Training Development and Support Center (TDSC) Training Support

Notice Date
5/10/2017
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-17-R-0224
 
Response Due
6/5/2017
 
Archive Date
7/5/2017
 
Point of Contact
Point of Contact - Sharla S van Bramer, Contract Specialist, 619-553-4516; Richard R Hammersmith, Contracting Officer, 619-553-4482
 
E-Mail Address
Contract Specialist
(sharla.vanbramer@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Original Post: See below for updates The Space and Naval Warfare Systems Center, Pacific (SSC PAC) Training Development and Support Center Branch, Code 43120, requires a contract to provide training support to SSC PAC, Space and Naval Warfare Systems Center, Atlantic (SSC LANT), Space and Naval Warfare Systems Command (SPAWARSYSCOM), Naval Air Systems Command (NAVAIR), Naval Supply Systems Command (NAVSUP), and Naval Sea Systems Command (NAVSEA) in support of Space and Naval Warfare (SPAWAR) systems and products integrated on their platforms. Requirements include experience and capabilities to provide essential technical, analytical, and developmental services support on the following, but not limited to; Command, Control, Communications, Computers, Intelligence, Surveillance, and Reconnaissance (C4ISR) systems (e.g. Automated Digital Network System (ADNS), Global Command and Control System-Maritime (GCCS-M), Computer Network Defense (CND), training systems (e.g. Virtual Hosting Environment (VHE), Network Security Vulnerability Technician (NSVT), support equipment, Joint systems (e.g. Joint High Speed Vessel (JHSV) and Foreign Military systems. The general areas of expertise required include: (1) General Task Program Related Training, and (2) General Task Advanced Training Concepts. This acquisition is a follow-on effort to a Multiple Award Contract (MAC) with a similar scope to this effort. The incumbent contract numbers are N66001-14-D- 0105/0106/0107/0108. The incumbent contractors are Mantech Systems Engineering Corporation, Kratos Technology & Training Solutions, Salient Federal Solutions, Inc., and Science Applications International Corporation. The ordering period of the predecessor MAC is 12 March 2014 to 10 September 2017. A market survey to determine small business capability was posted on SPAWAR E- Commerce Central on 30 January 2017 under reference number MKTSVY_12FE26. After thorough review of the small business respondents' capabilities, SSC Pacific intends to solicit the requirement SSC Pacific intends to solicit the requirement using full and open competition, with a reserve included for one (1) or more awards for SB if one (1) or more SB prime contractors are found to represent the best value to the Government, both in terms of technical capability and cost reasonableness. SSC PAC Small Business Office (SBO) concurs with the acquisition strategy decision. SSC PAC intends to issue a solicitation (RFP N66001-17-R-0224) for a multiple award, Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract with Cost Plus Fixed Fee (CPFF) CLINs for Services, Cost Reimbursement Contract Line Item Numbers (CLINs) for Materials and ODC (inclusive of travel) costs. No fee will be allowed under the Cost Reimbursement CLINs for Material and ODC. The contract is expected to have a base period of three years, with two one-year option periods. This proposed contract has security requirements at the Secret level. The annual estimated level of effort is 76,838 per year with a 5 year total estimated level of effort of 384,190 hours. The North American Industry Classification System (NAICS) Code is 541330 Engineering Services with a size standard of $38.5 million. THE ATTACHED DOCUMENT (PERFORMANCE WORK STATEMENT) PROVIDES CRITICAL INFORMATION APPLICABLE TO THE SOLICITATION. THIS IS NOT A REQUEST FOR PROPOSALS. THIS IS FOR INFORMATIONAL PURPOSES ONLY. The estimated release date of the solicitation is 12 April 2017. Electronic copies of the solicitation, when released, will be available for download via the Space and Naval Warfare Systems Command E-Commerce Web Page at https://e- commerce.sscno.nmci.navy.mil under SSC PACIFIC - Open Solicitations. Hard copy versions of the RFP and any subsequent amendments will not be available. Firms are encouraged to review the website regularly for important solicitation information. For questions concerning this action, contact Sharla van Bramer, Contract Specialist, sharla.vanbramer@navy.mil, 619-553-4516. Anticipated Acquisition Strategy Information N66001-17-R-0224 Total Estimated ODC (Base plus all options)- $7.5M Total Material (Base plus all options) - $5.65M Period of Performance Base: Three (3) Years Option 1: One (1) Year Option 2: One (1) Year Source Selection Strategy: Best Value Tradeoff Written Capability Information (No Oral Presentations) Evaluation Factors: 1. Technical Capability Task Order Sample 2. Past Performance 3. Small Business Participation Historical Workload Historically on average there have been approximately 15-20 task orders awarded per year with an approximate Period of Performance (POP) of one year. This workload is provided for informational purposes only and shall not be construed as forecasted/anticipated workload under the contract resulting from this solicitation. ------- Updated: 04/06/2017 The estimated release date of the solicitation is 20 April 2017. ------- Updated: 04/25/2017 The estimated release date of the solicitation is no later than 11 May 2017. ------- Updated: 05/04/2017 The purpose of this update is to post the RFP and all attachments. ------- Updated: 05/10/2017 The purpose of this update is to inform the offerors that all questions are to be submitted electronically or via e-mail no later than Monday, 15 May 2017, 15:00 PST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/30edb094e6de2e2c375d4e8cc7d29166)
 
Record
SN04503043-W 20170512/170510235004-30edb094e6de2e2c375d4e8cc7d29166 (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.