Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 25, 2017 FBO #5662
MODIFICATION

A -- Advanced Ocean Technology Program (AOTP)

Notice Date
5/23/2017
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
N39430 NAVFAC EXWC, Port Hueneme 1000 23rd AVE Port Hueneme, CA
 
ZIP Code
00000
 
Solicitation Number
N3943016R1879
 
Point of Contact
Marianna Suarez 805-982-5091 Charles Harper
 
Small Business Set-Aside
Total Small Business
 
Description
The Pre-Solicitation Notice N39430-16-R-1879 is amended to read as follows: Engineering and technical support solutions for projects and programs within the Advanced Ocean Technology Program (AOTP) are required. The AOTP is a program focus of the Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC), located in California, and operating programs and projects at locations worldwide. The primary purpose of the AOTP is to conduct research and develop ocean engineering and naval architecture solutions in support of design, installation, operation and maintenance of both fixed ocean systems and towed systems. Additionally, the AOTP enables NAVFAC EXWC to apply technologies to assist other government agencies in both ocean platform support and remotely operated vehicle (ROV) operations, as well as search, location, and recovery operations. To increase the effectiveness of underwater work conducted by the United States military, the AOTP supports NAVFAC EXWC ™s efforts and active engagement in an integrated program of technology and equipment development with the central goal of providing improved tools and work technique. AOTP support solutions may require skill sets of naval architecture, engineering design, design analysis and review, prototype fabrication, system testing /integration, system installation, computer hardware/software development, technical manual production, and documentation. The engineering and technical services required by individual task orders issued under the planned contract may require skill sets in the following general areas: a.Naval Architecture b.System Engineering/Integrated Logistics Support c.Marine Geotechnical Engineering d.Marine Corrosion/Marine Materials Engineering e.Ocean Engineering f.Electrical/Electronics Engineering g.Mechanical/Hydraulic Engineering, Design, and Drafting h.Software Engineering i.Marine Heavy Load Handling Systems j.Environmental Permitting k.Marine Research Design Technology and Equipment Technical and Logistics Support l.Offshore Systems Installation and Performance Monitoring The primary places of performance are NAVFAC EXWC in Naval Base Ventura County, Port Hueneme, CA and the Washington Navy Yard in Washington, DC. Work may also be performed at contractor facilities and various locations within and outside of the United States and its territories and will be determined by task order. Special considerations: Task orders may require the contractor to assist the Government by providing a suitable vessel configured to perform ROV operations and object recovery operations and will coordinate vessel schedule and planning of offshore operations. The contractor may be required to provide support onsite at the Naval Base Ventura County, Port Hueneme, CA or Washington Navy Yard, Washington, DC within a half-business day response time upon receipt of notification from the Government. Government Furnished Property (GFP) or Government Furnished Information (GFI) will be identified as applicable to the requirement at the task order level. The NAICS Code for this procurement is 541330 for Engineering Services, with exception--Marine Engineering and Naval Architecture. The annual size standard is $38.5 million. The procurement method to be used is Contracting by Negotiation. The contract term will be a Base Ordering Period, four (4) Option Ordering Periods, and an Option Period to Extend Services. The Government may require the Contractor to continue performance for an additional period of up to six (6) months under the Option to Extend Services clause. The contractor shall submit pricing for the option period to extend with their cost proposal as the option period must be evaluated by the Government during initial competition. The planned scope is similar to the requirements of an existing Indefinite Delivery/Indefinite Quantity (IDIQ) Contract: N39430-14-D-1412. The contract resulting from the forthcoming solicitation will be a Single Award IDIQ contract. Each task order will require a proposal in response to a Request for Task Order Proposal (RFTOP) and will be awarded on a Cost Plus Fixed Fee basis. Key personnel, labor classifications, labor rates, annual escalation rates, and other elements as negotiated and agreed upon Basic IDIQ contract award will apply to individual task orders. Based on the results of the Sources Sought Notice N39430-16-R-1879 (dated 30 Nov 2016) and concurrence from the cognizant NAVFAC EXWC Small Business Deputy, the criteria in FAR Part 19 were not met with respect to setting aside this acquisition for the 8(a), HUBZone, SDVOSB, and WOSB programs. Therefore, this procurement will be designated as a total small business set-aside. The Government will only accept offers from small business concerns. The solicitation will utilize source selection procedures which require offerors to submit a technical proposal, past performance and experience information, and a detailed cost proposal for evaluation by the Government. Offerors can view and/or download the solicitation, and any attachments, at https://www.neco.navy.mil when it becomes available. Solicitations posted to the Navy Electronic Commerce Online (NECO) portal also populate in the FedBizOpps (FBO) portal: https://www.fbo.gov Interested parties may inform the Contracting Office (NAVFAC EXWC Acquisition Department) of their interest in the forthcoming solicitation by email. No notification of interest is required. No phone calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a90bfbbdbbccabe6c03d57fd58a7c269)
 
Place of Performance
Address: 1000 23rd Ave., Port Hueneme, CA
Zip Code: 93043
 
Record
SN04518164-W 20170525/170523234609-a90bfbbdbbccabe6c03d57fd58a7c269 (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.