Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 16, 2017 FBO #5837
SOLICITATION NOTICE

J -- Network Integration Engineering Facility Engineering Services

Notice Date
11/14/2017
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-16-R-0075
 
Response Due
1/4/2018
 
Archive Date
2/3/2018
 
Point of Contact
Point of Contact - Jeremy D Shull, Contract Specialist, 619-553-4467; Jeremy D Shull, Contracting Officer, 619-553-4467
 
E-Mail Address
Contract Specialist
(jeremy.shull@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Network Integration Engineering Facility Engineering Services Contract The Space and Naval Warfare Systems Center Pacific (SSC Pacific) Products and Systems Production Branch has a requirement to provide engineering services for the Support for the Network Integration Engineering Facility (NIEF). The NIEF is a services project that supports multiple programs of record, such as Consolidated Afloat Network Enterprise Systems (CANES), Automated Digital Network System (ADNS), Integrated Shipboard Network System (ISNS), Submarine Local Area Network (SubLAN) and Cryptographic Modernization. The requirement includes support of rapid-design and integration of Commercial Off the Shelf/Government Off the Shelf (COTS/GOTS) and Non- Developmental Items (CANDI) for military applications and Equipment Qualification Test (EQT) services that necessitate rapid response to a large number of high priority warfighter technical assists. The NAICS code for this procurement is 541330, and the service code is J059. For this requirement, SSC Pacific posted a market survey to determine small business capability on SPAWAR E-Commerce Central on 10 May 2016, reference number MKTSVY_11A206. Based upon evaluation of the responses to the market survey, SSC Pacific intends to compete the full scope of the requirement as a 100% Small Business Set-Aside. The full scope of the requirement is described in the Statement of Work. The SSC PAC Small Business Office (SBO) concurred with the acquisition strategy decision. SPAWAR Systems Center Pacific intends to issue a solicitation (RFP N66001-16-R-0075) for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract. The Government reserves the right to make award to a single offeror or multiple offerors. The CLIN structure will include Cost Plus Fixed Fee (CPFF) CLINs for engineering services as well as cost reimbursement type CLINS for Other Direct Costs (ODC) and cost reimbursement CLINs for materials. The proposed contract is expected to have a base period of one year, followed by four additional option years, for a total maximum ordering period of five years for continued mission support. The ODC and material CLINs will be non-fee bearing. The annual estimated level of effort is 252,096 hours. The estimated release date of the solicitation is 30 November 2017. THIS IS NOT A REQUEST FOR PROPOSALS. THIS IS FOR INFORMATIONAL PURPOSES ONLY. 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. For questions concerning this action, contact Jeremy Shull, Contract Specialist, jeremy.shull@navy.mil, 619-553-4467. Anticipated Acquisition Strategy Information N66001-16-R-0075 Contract Type Single Award, Indefinite Delivery, Indefinite Quantity CLIN Structure/Types Cost Plus Fixed Fee/Cost Reimbursement 1. Cost Plus Fixed Fee (Engineering Services) 2. Cost (Materials) 3. ODC (Travel, incidental materials) Total Estimated Hours (Base plus all options) 1,260,480 Period of Performance One base year plus four options (one year, each) Source Selection Strategy Best Value Tradeoff Written Capability Information (No Oral Presentations) Evaluation Factors: 1. Organizational Experience 2. Material Management 3. Past Performance Historical Workload Historically, SSC Pacific and its sponsors have awarded approximately 70 - 80 task orders per 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d50b7568b0fcfcd959c916b1d83210dd)
 
Record
SN04739241-W 20171116/171114230838-d50b7568b0fcfcd959c916b1d83210dd (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.