Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2017 FBO #5739
MODIFICATION

99 -- Rapid Innovative Operation Testing (RIOT) - Amendment 2

Notice Date
8/8/2017
 
Notice Type
Modification/Amendment
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Panama City Divison, 110 Vernon Avenue, Panama City, Florida, 32407, United States
 
ZIP Code
32407
 
Solicitation Number
N61331-17-R-0001
 
Archive Date
9/12/2017
 
Point of Contact
Aaron D. Deich, Phone: 8506366159
 
E-Mail Address
aaron.deich@navy.mil
(aaron.deich@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Amendment #2: 8/8/17: tTe purpose of this amendment is to list the Subcontracting Plan submission page limitation and volume number in Section L. See amendment for full details. Offerors are reminded to sign and send a copy of all amendments alongside proposals. Amendment #1 7/27/17: The purpose of this amendment is to answer questions and update section L. See amendment for full details. Offerors are reminded to sign and send a copy of all amendments alongside proposals. Original Solicitation: The Naval Surface Warfare Center - Panama City Division (NSWC PCD) has a requirement for Rapid Innovative Operational Testing (RIOT) to include, but not limited to the following: conducting weapons systems Research and Development (R&D) for the implementation of unmanned systems development such as integration, software development, Command and Control (C2), technology assessment and evaluation, systems engineering, Test and Evaluation (T&E) planning and execution. This requirement will include a variety of projects to study, analyze, advise, research, and develop deliverables to advance Defense Systems (DS) related scientific and technical information (STI) through the application of knowledge and resources in achieving the Requesting Activity's (RA's) mission requirement. The use of delivery orders will provide the flexibility necessary for the different types of work required. There is no incumbent on this effort. This contract will be limited to DOMESTICALLY OWNED companies with a TS/SCI clearance. There is no set aside for this procurement. This procurement is full and open competition. The resulting contract is anticipated to be an Indefinite Delivery Indefinite Quantity (IDIQ) supply type contract with Cost Plus Fixed Fee (CPFF) line items. The contract period of performance will be for five (5) years, 12-month base period with 4 twelve month option periods. The Government anticipates a single award. The NAICS code is 541712. SBA Size Standard is 1000 employees. FSC is 9999. To receive a copy of the RFP, interested parties must be registered within the Joint Certification Program (JCP), System for Award Management (SAM), and be a domestically owned entity. No classified information is contained with the RFP or attachments, nor will be sent alongside the RFP or attachments. Responses shall NOT contain classified information. The Government intends to award to the responsible offeror utilizing trade-offs which will result in the best value to the Government. To be eligible for award, contractors must be properly registered in SAM via https://www.sam.gov. Offers may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220 (1-334-206-7828 for international call) or via the internet at https://www.acquisition.gov. In accordance with FAR 4.1201, prospective contractors shall also complete electronic annual representations and certifications at accessed via https://www.acquisition.gov in conjunction with required registration in the SAM database. All changes to the requirement that occur prior to the closing date will be posted to the FBO website as amendments to the solicitation. It is the responsibility of interested vendors to monitor the FBO website for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award. Proposers should be advised THE GOVERNMENT FULLY INTENDS TO EVALUATE PROPOSALS AND AWARD THE CONTRACT(S) WITHOUT DISCUSSIONS WITH OFFERORS. Therefore, proposals should be submitted initially on the most favorable terms. RFPs are in portable document format (PDF). No hard copies of the solicitation will be mailed. Interested sources must download from the FBO site listed. To download and view these documents, you will need the latest version of Adobe Acrobat Reader. This software is available free at http://www.adobe.com. Interested parties may submit questions, comments or requests in writing to the Contract Specialist: Aaron Deich, Code 022, (850) 636-6159, or e-mail address aaron.deich@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0d9f1dfbb08cdb96648000f6e9c8fffa)
 
Record
SN04618161-W 20170810/170808232722-0d9f1dfbb08cdb96648000f6e9c8fffa (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.