Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 10, 2018 FBO #5951
MODIFICATION

14 -- Short/Medium Range Sub-Orbital Vehicles - Q&A

Notice Date
3/8/2018
 
Notice Type
Modification/Amendment
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Dahlgren Division, 17362 Dahlgren Road, Suite 157, Dahlgren, Virginia, 22448-5100, United States
 
ZIP Code
22448-5100
 
Solicitation Number
N0017818R5002
 
Archive Date
4/13/2018
 
Point of Contact
Daniel Belcher, Phone: 5406537805, Patrick Whalen, Phone: 5402840079
 
E-Mail Address
daniel.belcher@navy.mil, patrick.l.whalen@navy.mil
(daniel.belcher@navy.mil, patrick.l.whalen@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SYNOPSIS UPDATE (3/8/2018): The estimated milestones have been updated. The list of attachments has been updated. A Q&A attachment has been added as a result of the list of attachments being updated. Synopsis The following is being provided in advance to enhance competition and allow industry adequate time to develop acquisition strategies. Previous Sources Sought related to this requirement was posted under N00178-17-Q-3034. Summary of Requirement: The Naval Surface Warfare Center, Dahlgren Division (NSWC DD) is issuing this pre-solicitation synopsis in conjunction with NSWC, Port Hueneme Division (PHD) as a means of notification of an upcoming solicitation for support of the Short/Medium Range Sub-Orbital Vehicles program objectives and technical requirements. The Contractor shall provide Short and Medium Range Sub-Orbital Vehicles and associated Pre-, In-flight, and Post-Test engineering support in support of program objectives and technical requirements. See the attached Statement of Work (SOW) for more specific detail of the technical requirement. The applicable North American Industry Classification System (NAICS) code for this procurement is 336414 with a Size Standard of 1,250 employees. Contract Type: The Government contemplates award of a Single-Award Indefinite-Delivery-Indefinite-Quantity (IDIQ), with both Firm-Fixed-Price (FFP and Cost-Plus-Fixed-Fee (CPFF), Level of Effort (LOE) Contract Line Items Numbers (CLINs). The anticipated ordering period will span five (5) years. The Government anticipates selecting an offer that provides a best value to the Government based on Technical Capability, Past Performance and Price/Cost. Set-Aside Determination: Based on responses to the previously posted Sources Sought (N00178-17-Q-3034), the Government has determined the requirement will be set-aside for Small Business. Mandatory Requirements: Offerors shall meet the following Mandatory Requirements by proposal submission or provide a timeline with a written plan detailing the necessary steps to be taken in order to meet the Mandatory Requirements by time of award. In addition, the Mandatory Requirements shall be maintained throughout the life of the contract. The Mandatory Requirements are as follows: Requirement 1: Personnel Security Clearance Levels - All individuals performing work under the contract are required to have a SECRET Security clearance. Interim SECRET clearances are acceptable. Requirement 2: Facility Security Clearance Level - The Contractor's primary facility must be cleared at the SECRET level and at the SECRET level for processing and storage/safeguarding. Requirement 3: Small Ordnance Storage Classification - The Contractor shall possess the required Small Ordnance Storage Certification from the applicable State authority for their storage facility location. Estimated Milestones: Solicitation Release: Will be forthcoming Solicitation Close: April/May 2018 (ESTIMATION) Anticipated Award Date: 30 October 2018 (ESTIMATION) Performance Start Date: 6 November 2018 (ESTIMATION) Attachments: A draft copy of the SOW, Labor Qualifications, and LOE are attached to the Pre-solicitation Synopsis. A Q&A attachment as been added to this Pre-solicitation Synopsis. Any questions pertaining to this synopsis shall reference Short/Medium Range Sub-Orbital Vehicles, N00178-18-R-5002. Questions pertaining to this synopsis shall be submitted to Daniel.Belcher@navy.mil and Patrick.L.Whalen@navy.mil. DISCLAIMER: THIS PRE-SOLICITATION SYNOPSIS IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS PRE-SOLICITATION SYNOPSIS IS STRICTLY VOLUNTARY.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017818R5002/listing.html)
 
Place of Performance
Address: Naval Surface Warfare Center, Port Hueneme Division, White Sands Detachment (NSWC PHD WS), White Sands, New Mexico, 88002, United States
Zip Code: 88002
 
Record
SN04848549-W 20180310/180308231951-9a0697db709e1adaa867bd8e7e134da2 (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.