Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2018 FBO #6195
MODIFICATION

C -- Synthetic Signature Guidance (SSG) Trainers

Notice Date
11/7/2018
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Carderock Division, 9500 MacArthur Boulevard, West Bethesda, Maryland, 20817-5700
 
ZIP Code
20817-5700
 
Solicitation Number
N00167-17-R-0015
 
Archive Date
7/12/2017
 
Point of Contact
John G. Mulcahy, Phone: 3012271206, Heather Valiga, Phone: 301-227-5822
 
E-Mail Address
john.g.mulcahy@navy.mil, heather.valiga@navy.mil
(john.g.mulcahy@navy.mil, heather.valiga@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The RFP for this action was posted 7 November 2018 under RFP # N0016719R0002. NOTE - the Presolicitaiton notice is provided under the new RFP # N0016719R0002. A preproposal conference is anticipated to occur in mid-November 2018. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) - AWARD OF A CONTRACT WILL NOT BE MADE AS A RESULT OF THIS NOTICE. ADDITIONALLY, CONTRACTORS WILL NOT BE COMPENSATED FOR COSTS RELATED TO RESPONSE PREPARATION AND/OR SUBMITTAL. The Naval Sea Systems Command (NAVSEA) Naval Surface Warfare Center, Carderock Division, (NSWCCD) has a follow-on requirement to provide scientific, engineering, and technical services required for the design, development, fabrication, integration, test, fleet implementation, and maintenance of Synthetic Signature Generation (SSG) based simulation systems. Included with this notice is a draft Statement of Work (SOW) and market research questionnaire for industry review/completion. The draft SOW is being provided to request comments and questions from potential offerors. The market research questionnaire is intended to assist the Government in determining the probability of small or large business prime contractors responding to a future RFP for this requirement. The Government anticipates making future decisions regarding the acquisition strategy based upon responses received from both small and large businesses that indicate an interest and demonstrate capability to perform the required effort. The Government's current acquisition strategy includes the following: • Hybrid contract consisting of Cost-plus-fixed-fee (CPFF) contract line item numbers (CLINs) for approximately 90% of performance and Cost-plus-incentive-fee (CPIF) completion CLINs for the remaining 10% of performance; • Non-performance based services for CPFF CLINs; • Performance-based services for CPIF completion CLINs; • Best value trade-off source selection procedures; • Period of performance of five (5) years consisting of one (1) 60-month ordering period. A pre-solicitation conference is planned to be held in mid-August 2017 at NSWCCD's facilities in West Bethesda, MD for interested parties. The North American Industrial Classification System (NAICS) code is 541330, Engineering Services. The associated size standard is $38.5M in annual receipts. For more information about size standards, please refer to http://www.sba.gov. The work is currently being performed under Contract N00167-15-D-0003 by Leidos, Inc. at 11951 Freedom Drive, Reston, VA 20190-5640. Interested parties/potential offerors are encouraged to respond to this notice with questions, comments, and completed questionnaires as soon as possible, but not later than 27 June 2016. In addition to identifying questions and comments regarding the draft SOW, please complete the attached questionnaire to the best of your ability. All responses shall be submitted via-email to Mr. John G. Mulcahy, Contract Specialist, at john.g.mulcahy@navy.mil. Please note that no Government response will be provided to questions/comments submitted in response to this notice and respondents will NOT be notified of the results of the market research questionnaire. All questions/comments will be reviewed by the Government to assist in identifying revisions to be incorporated in the SOW. All market research questionnaires will be reviewed and the information will assist the Government in finalizing its acquisition strategy, including a determination regarding the utilization of a small business set-aside. All information will be kept confidential and will not be disseminated to the public. This advance notice and market research questionnaire is not to be construed as a commitment by the Government, nor will the Government pay for the information submitted in response.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00167/N00167-17-R-0015/listing.html)
 
Record
SN05146530-W 20181109/181107230857-7760ac028d4ba16d6784fe15da6284bf (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  © 1994-2020, Loren Data Corp.