SOLICITATION NOTICE
A -- Corrosion Science and Engineering RDT&E Services
- Notice Date
- 9/3/2015
- Notice Type
- Presolicitation
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, District of Columbia, 20375
- ZIP Code
- 20375
- Solicitation Number
- N00173-15-R-RE02
- Point of Contact
- Constance Reedus, Phone: 2027673003
- E-Mail Address
-
constance.reedus@nrl.navy.mil
(constance.reedus@nrl.navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The Naval Research Laboratory (NRL), Center for Corrosion Science and Engineering (CCSE), Code 6130 in the Chemistry Division seeks multi-disciplinary support of basic experimentation and marine engineered systems related to corrosion science. It anticipates an award of a competitive Indefinite Delivery Indefinite Quantity (IDIQ) contract, with cost-reimbursable task orders, for scientific, engineering, technical, and analytical Research and Development (R&D) for a wide range of NRL research projects supporting the Navy's corrosion mitigation, coatings, environmental and prevention programs, in the following areas: - Environmental Effects on Navy Materials - Marine Coatings Technology - Technology Transfer, Field Demonstration, and Engineering The purpose of this procurement is to provide R&D services at the laboratory, field and facility levels which includes support for: 1) Scientific discovery and invention: Development of scientific and research oriented test plans, perform analyses, conduct basic/applied studies and conduct RDT& E projects to contribute to the overall objectives of the Centers programs, 2) Applied Engineering: Perform engineering design, fabrication, installation and evaluation of equipment, techniques and platform based demonstrations as part of developmental programs, proof of concept and fleet technology transition goals, and 3) Logistical and Technical Program Support: Provide logistics, demonstration coordination, field activity support, facility development and experimental fabrication. The expected place of performance for this requirement is Naval Research Laboratory, Washington, DC site and the NRL Corrosion facility located in Key West, FL. Contributing support to S&T programs may also be at Navy sites including, but not limited to DoD labs, San Diego, CA; Norfolk, VA; Puget Sound, WA; and Pearl Harbor, HI. All Contractor personnel working on NRL shall possess a favorably completed DoD investigation and a final DoD granted Secret security clearance at time of proposal submission. This synopsis is for the acquisition of a 5 year IDIQ with cost-reimbursable task orders. The Statement of Work will be available as part of the solicitation. The estimated value of this acquisition is $75,000,000.00 under NAICS 541712. Based on a survey of the market, the government has determined that the services to be acquired do not meet the definition of a commercial item. Therefore, the government does not intend to use the procedures as outlined in FAR Part 12 for this acquisition. This acquisition will be procured in a competitive negotiated environment using formal source selection procedures set forth in FAR Part 15. This solicitation will be processed utilizing Full and Open Competition After Exclusion of Sources in accordance with FAR Subpart 6.2 as a total Small Business Set Aside. The NRL uses electronic commerce (EC) to issue requests for proposals (RFPs) and amendments to RFPs. Paper copies of the RFP will not be provided. Be advised that failure to register in the SAM database makes an offeror ineligible for award of DoD contracts. Information regarding this registration may be obtained by accessing the website https://www.sam.gov. Notification of any changes to the solicitation (amendments) shall be made only on the FebBizOps website. Therefore, it is the offeror's responsibility to check the internet sites daily for any posted changes to the solicitation plans and specifications. The Government intends to make a single award to the offeror that represents the best value to the Government, price and non-price factors considered. Instructions and evaluations factors will be provided in the solicitation. All responsible sources may submit a bid, proposal, or quotation, which shall be considered by the agency. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/rfplist.htm.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/ONR/N00173/N00173-15-R-RE02/listing.html)
- Place of Performance
- Address: Naval Research Laboratory, 4555 Overlook Avenue, S.W., Washington, District of Columbia, 20375-5326, United States
- Zip Code: 20375-5326
- Zip Code: 20375-5326
- Record
- SN03871053-W 20150905/150904000439-37460411741adc409e230a3161d680fe (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 |