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
N0016718R0004
 
Archive Date
1/1/2018
 
Point of Contact
John G. Mulcahy, Phone: 3012271206
 
E-Mail Address
john.g.mulcahy@navy.mil
(john.g.mulcahy@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The RFP for this action was posted 7 November 2018 under RFP # N0016719R0002. 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. ANTICIPATED RFP RELEASE DATE IS OCTOBER 2018. NOTE - The new solicitaiton number for this procurement is N0016719R0002. A preproposal conference is anticipated to occur in mid-November 2018. 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). The draft SOW is being provided to request comments and questions from potential offerors. The requirement's estimated Level-of-Effort labor mix based on historical data is as follows: •· Program Management - 7% •· Programming - 33% •· Engineering - 27% •· Engineering Technicians - 11% •· Subject Matter Experts - 14% •· Other Admin/Tech Writer - 8% 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. 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. Informational PowerPoint slides originally presented at the 30 August 2017 pre-solicitation conference held at NSWCCD are attached to this notice. A list of companies that attended the 30 August 2017 pre-solicitation conference at NSWCCD is attached to this notice. Please note that no Government response will be provided to questions/comments submitted in response to this notice. All questions/comments will be reviewed by the Government to assist in identifying revisions to be incorporated in the SOW. All information will be kept confidential and will not be disseminated to the public. All responses shall be submitted via-email to Mr. John G. Mulcahy, Contract Specialist, at john.g.mulcahy@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00167/N0016718R0004/listing.html)
 
Record
SN05146533-W 20181109/181107230858-f793accf83608729008a6b84796ee549 (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.