COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 19, 2001 PSA #2960
SOLICITATIONS
R -- INFORMATION ASSURANCE (IA) ENGINEERING SERVICES
- Notice Date
- October 17, 2001
- Contracting Office
- SPAWARSYSCEN-Charleston, PO Box 190022, N. Charleston, SC 29419-9022
- ZIP Code
- 29419-9022
- Solicitation Number
- N65236-01-R-0839
- Response Due
- December 3, 2000
- Point of Contact
- Jan Shirey, Contract Negotiator, Code 1117JS, (843) 218-5940; Lisa Rosenbaum, Team Leader, (843) 218-5982; Alternate POC Joyce S. Blackwell, Advisor, (843) 218-5964
- E-Mail Address
- Click here to contact the contract negotiator at SPAWARSYSCEN (shireyj@spawar.navy.mil)
- Description
- This announcement combines requirements previously announced in the Commerce Business Daily under Notices 50A637 dated 10 JAN 2001 as amended by Notice 50A7D5 dated 11 JAN 2001 for Solicitation N65236-01-R-0839 and Notices 50M2J8 dated 16 MAY 2001 as amended by Notice 50M5A4 dated 18 MAY 2001 for Solicitation N65236-01-R-0018. The requirements will be solicited under N65236-01-R-0839 as a Partial Small Business Set Aside. Numbered Note 2 applies. Estimated value is $30 Million for the Set Aside portion and $50 Million for the unrestricted portion for a total of $80 Million. Offerors will be required to submit offers on the complete Statement of Work. The set-aside portion is segregated in the solicitation by level of effort (labor categories, hours, and Other Direct Costs). The requirement covers engineering services for Program Management, High Performance Computing, Information Security and Modeling and integrated logistics support for designated Navy Cryptographic requirements and other Federal Information Systems Security (INFOSEC) initiatives. This work will require an understanding of the Government's requirement with knowledge of program management, information security, high performance computing, modeling and simulation, system engineering, integration, technical and knowledge of integrated logistics support with corporate experience of the designated cryptologic programs within the Navy. All personnel associated with the effort, with the exception of general administrative personnel working in support roles not actively participating in task performance, must be cleared as a minimum at the Secret Level. There will be various programs and projects that will fall under the Sensitive Compartmented Information (SCI) and will require personnel working in those programs/tasks to be cleared at the Top Secret level. Contractor shall be required to support these programs with the appropriate mix of cleared personnel. The period of performance will be for a base period of 12 months with option provision to extend the contract an additional four (4) one-year periods. The type of contract anticipated is an Indefinite Delivery, Indefinite Quantity, Cost-Plus-Fixed-Fee type contract. NAICS 541330 applies with a size standard of $20 Million. Both Other Factors and Cost will be evaluated with Other Factors being substantially more important than Cost. The cost proposals will be evaluated for cost realism and offerors must provide rationale for proposed direct and indirect cost rates if different than the current DCAA rates. For Other Factors, Experience and Past Performance will be evaluated using contract references. In addition, three (3) sample tasks will be stated in the solicitation for the offerors to provide a technical solution as part of the Other Factors proposal submission requirements. After closing and evaluation of initial offers, an oral presentation with those offerors in the competitive range may be conducted to allow the offeror to provide a technical solution to a surprise task. The Government will meet with the offeror, provide a copy of the surprise task, then allow one hour for the offeror to prepare a response then an additional hour to present its technical solution in an oral presentation to the Technical Evaluation Board. The Government reserves the right to award without this additional surprise task if the evaluation of the initial offers results in an award recommendation to the Source Selection Authority. One Other Factors proposal will be submitted by each offeror regardless of whether it will submit an offer on the restricted portion, the unrestricted portion or both. A single award will be made on the restricted portion and a single award will be made on the unrestricted portion. If the same offeror wins both the restricted and the unrestricted portion, then only one award will be made. Performance will be at various federal sites worldwide with many projects occurring simultaneously at multiple sites. All proposals at the prime and at the subcontractor/individual team member level will be submitted electronically. Estimated release date for solicitation is 01NOV2001.
- Web Link
- View this synopsis and future information and to download (http://www-chas.spawar.navy.mil)
- Record
- Loren Data Corp. 20011019/RSOL002.HTM (W-290 SN5108S9)
| R - Professional, Administrative and Management Support Services Index
|
Issue Index |
Created on October 17, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|