SOLICITATION NOTICE
A -- SYSTEM ENGINEERING AND ANALYSIS/ADVANCED TECHNOLOGY SUPPORT (SEAPORT E ROLLING ADMISSIONS)
- Notice Date
- 9/18/2008
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Dahlgren Division, N00178 NAVAL SURFACE WARFARE CENTER Dahlgren Division 17362 Dahlgren Road Suite 157 Dahlgren, VA
- ZIP Code
- 00000
- Solicitation Number
- N0017808R4001
- Response Due
- 9/18/2008
- Archive Date
- 10/18/2008
- Point of Contact
- GARY BYRAM 540-653-7087 GARY BYRAMVOICE: 540-653-7087,FAX: 540-653-7276,EMAIL: gary.byram@navy.mil
- Small Business Set-Aside
- 8a Competitive
- Description
- This is a re-post due to technical difficulties. The original was posted on 2 Sept. The Naval Surface Warfare Center, Dahlgren Division, on behalf of the Naval Sea Systems Command and the Navy Virtual SYSCOM (partners NAVSUP, NAVAIR, SPAWAR and NAVFAC) along with other Navy activities and the Defense Threat Reduction Agency, is conducting an 8(a) set-aside rolling admission per the terms and conditions of the SeaPort Enhanced (Seaport-e) Multiple Award Contracts. The purpose of this rolling admission is to allow 8(a) contractors to apply for a Seaport e basic contract. This rolling admission will result in the award of additional Indefinite-Delivery/Indefinite-Quantity (ID/IQ) prime contracts. Existing Seaport-e prime contractors will also have the opportunity to expand their presence in other geographical zones to allow them to compete for Task Order awards in those zones. The NAICS code for this procurement is 541330 and the revenue size standard for Small Business is $25 Million. Current Seaport-e contracts have the following characteristics: -Offers are evaluated on Best Value-ID/IQ contracts with Firm-Fixed-Price (FFP), Fixed-Price- Incentive (FPI), Cost-Plus-Fixed-Fee(CPFF), Cost-Plus- Incentive-Fee (CPIF), and Cost-Plus-Award-Fee (CPAF) type Task Orders. No Time-and-Material (T&M) task orders are allowed.-All requirements are fulfilled competitively on a task order basis by individual ordering offices.-Heavy emphasis is placed on Performance Based Orders-Seaport-e program goal is to award 33% of total obligated dollars to small businesses as prime contractors.-Large business awards have a minimum Small Business Subcontracting Goal of 20% of the dollars obligated.-Only one ID/IQ contract award is allowed for individual companies as a Prime; however a contractor may be a subcontractor to multiple Primes.-Task Orders are competed in one of seven geographic zones (Northeast, National Capital, Mid-Atlantic, Gulf Coast, Midwest, Pacific Northwest, and Southwest) based on the place of performance for the solicited requirements.-Task orders are competed in the zone that is the principal place of performance.-The basic ID/IQ contracts limits pass-through charges, caps maximum fees, annual escalation, and requires cost savings. Awards made during the rolling admission process will have the same or similar characteristics. Oral proposals will not be conducted. Awards will be made on initial offers without discussions. Note: Historically, a full and open rolling admission has been conducted on an annual basis. This current rolling admission is limited to 8(a) contractors only. It is anticipated that the next full and open rolling admission will be conducted in FY10. Information concerning this rolling admission is available on the Seaport homepage at www.seaport.navy.mil. Copies of the original solicitation (N00178-04-R-4000), the previous Rolling Admission solicitations (N00178-05-R-4000, N00178-06-R-4000, N00178-07-R-4000, and N00178-08-R-4000), the original Rolling Admission Industry Brief (dated November 2004), and the questions and answers to the previous solicitations can currently be found on the homepage. The solicitation number for this Rolling Admissions is N00178-08-R-4001. It is anticipated that a solicitation will be issued on 18 September 2008. The target date for the Rolling Admission awards is January 2009. It is the potential offeror's responsibility to monitor the Seaport site for the release of solicitations, amendments, and supporting information.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5dfd0e944a4a9c4aede6a7edb0530164&tab=core&_cview=1)
- Record
- SN01674530-W 20080920/080918222017-d86c2273fcd6d0d1f7c36c3f11baaae0 (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 |