Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 24, 2020 SAM #6782
SOLICITATION NOTICE

R -- Systems Lifecycle, Engineering, Cybersecurity, and Security Engineering Support Services Multiple Award Contract

Notice Date
6/22/2020 5:10:04 PM
 
Notice Type
Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NIWC PACIFIC SAN DIEGO CA 92152-5001 USA
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-20-R-0004
 
Response Due
7/14/2020 12:00:00 AM
 
Archive Date
07/29/2020
 
Point of Contact
Ian Robinson
 
E-Mail Address
ian.robinson1@navy.mil
(ian.robinson1@navy.mil)
 
Awardee
null
 
Description
UPDATE: 6/22/20: Amendment 0001 and Q&A Set 4 Posted. UPDATE: 6/18/20: Q&A Set 3 posted UPDATE 6/16/20: Questions and Answers (Q&A) Set 2 posted UPDATE 6/11/2020: Questions and Answers (Q&A) Set 1 posted UPDATE 6/10/2020: Solicitation posted. The Department of Navy, Naval Information Warfare Center Pacific (NIWC-PAC), Code 53800 Cyber Engineering & Integration (CE&I) Division � Philadelphia, Pennsylvania requires continued technical support covering the entire systems lifecycle to include programmatic support, logistics support, supply support, maintenance planning, documentation and training development, customer support, information technology (IT) infrastructure, and business applications. These efforts shall address supportability, maintainability, and sustainability issues during system development and throughout the systems life and retirement or recapitalization of the systems at end of life. Efforts will also include systems engineering, hardware engineering, software engineering, network engineering, and configuration management. The scope of work will cover cybersecurity and security engineering support to include Test and Evaluation (T&E), Assessment and Authorization (A&A), certification analysis, security analysis, security control evaluation and platform IT determination of systems, Command Cyber Readiness Inspection (CCRI)/ Site assist visit (SAV) team support, prevention / recovery / investigative services, software development and prototyping (and documentation), cross domain analysis and evaluation services, and information assurance planning, coordination, and evaluation services. Support requirements will predominantly be in the Philadelphia region. However, support may also be required in the greater Washington, D.C. and San Diego, CA regions. Supported IT systems serve to support Command, Control, and Intelligence functions for various operational communities employing imagery, intelligence, operational planning, and system/network security capabilities in direct and indirect support of combat, maritime business applications, and training operations. System support of these agencies is expected to continue and expand for the foreseeable future. This is a follow-on requirement to an existing Multiple Award Contract (MAC) with a similar scope to this effort. The incumbents are 22nd Century Technologies, LLC (N66001- 16-D-0303); Advanced Science & Technologies, LLC (N66001-16-D-0304); and Data Intelligence, LLC (N66001-16-D-0305). The ordering period for the existing contract ends 31 August 2021. This predecessor MAC was competed as a total small business set-aside. A market survey to determine small business capability was posted on NAVWAR e- Commerce Central on 18 December 2019 under reference number MKTSVY_16899E. After thorough review of the small business respondents capabilities, NIWC-PAC intends to solicit the requirement as a 100% small business set-aside. The NIWC-PAC Small Business Office (SBO) concurred with the acquisition strategy decision on 05 March 2020. NIWC-PAC intends to issue a solicitation (RFP N66001-20-R-0004) resulting in a Multiple Award, Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract with Cost-Plus-Fixed-Fee (CPFF) pricing Contract Line Item Number (CLIN) for services, as well as Cost Reimbursement (COST) pricing for Other Direct Costs (inclusive of travel) and Materials. No fee will be allowed under the COST CLINs. The prospective contracts will have a base period of three years, followed by two, two-year option periods. The estimated level of effort for the total requirement is 1,157,930 hours. Orders will be placed pursuant to the ordering process at FAR 16.505(a). The North American Industry Classification System (NAICS) Code is 541330 Engineering Services, with a Small Business Size Standard of $41.5 million. The Product Service Code is R425, Engineering and Technical Services. The proposed acquisition has DD 254 security requirements at the Top Secret level with Sensitive Compartmented Information (SCI) access. NIWC-PAC does not intend to hold an industry day for this requirement. THE ATTACHED DOCUMENT (STATEMENT OF WORK) PROVIDES CRITICAL INFORMATION APPLICABLE TO THE SOLICITATION. NIWC-PAC anticipates that the final RFP for N66001-20-R-0004 will be released in the third quarter of FY20. The solicitation will only be available electronically. Electronic copies of the RFP may be obtained from the NAVWAR e-Commerce website at https://e- commerce.sscno.nmci.navy.mil under NIWC Pacific Open Solicitations. Hard copy versions of the RFP will not be available. Any amendments, when issued, will also be available only on this website. Matters posted on the website are not terms of the solicitation unless the solicitation is written or amended to include such matters. The information contained in the announcement is unclassified. FIRMS ARE ENCOURAGED TO REVIEW THE WEBSITE REGULARLY FOR IMPORTANT SOLICITATION INFORMATION. For questions concerning this action, contact Ian Robinson, Contract Specialist, ian.robinson1@navy.mil. Disclaimer: This pre-solicitation notice is for information only and shall not be construed as a commitment by the Government to solicit contractual offers or award contracts. The Government is not soliciting, nor will it accept, proposals as a result of this synopsis. If a competitive solicitation is issued in the future, it will be announced via NAVWAR E- Commerce, and interested parties must comply with that announcement. The Government will not reimburse respondents for any questions submitted or information provided as a result of this notice. This is not a solicitation or a promise to issue a solicitation, and this information is subject to modification and in no way binds the Government to award a contract.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2f46e56dace043f3a0d951f0216f8ddf/view)
 
Place of Performance
Address: 700 Robbins Street Philadelphia, Pennsylvania 19111, USA
Zip Code: 19111
Country: USA
 
Record
SN05698578-F 20200624/200623042656 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.