Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 01, 2017 FBO #5608
MODIFICATION

99 -- Rapid Innovative Operational Testing (RIOT) - DRAFT RFP - DRAFT CDRLs - DRAFT SOW

Notice Date
3/30/2017
 
Notice Type
Modification/Amendment
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Panama City Divison, 110 Vernon Avenue, Panama City, Florida, 32407, United States
 
ZIP Code
32407
 
Solicitation Number
N61331-17-R-0001
 
Archive Date
4/29/2017
 
Point of Contact
Aaron D. Deich, Phone: 8506366159, Joel Roberson, Phone: 8502344296
 
E-Mail Address
aaron.deich@navy.mil, joel.roberson@navy.mil
(aaron.deich@navy.mil, joel.roberson@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Amendment 0002 (3/30/2017): This synopsis is being un-archived as to post the DRAFT Request for Proposal (RFP) and updated documents for Industry review and feedback. This contract will be limited to DOMESTICALLY OWNED companies with a TS/SCI clearance. The set aside type is currently unknown at this point in time. Interested parties shall NOT submit a proposal based on the DRAFT RFP and DRAFT attachments. The Government is not responsible for any costs incurred in reviewing or replying to this DRAFT RFP. All attachments and requirements are subject to change or cancellation. Offerors are being permitted to review the DRAFT RFP and requirements to ask questions concerning the requirements. Due to the DRAFT status of the RFP and attachments, the Government may choose to not provide a response to all questions or comments. Section L & M of the RFP (evaluation criteria and basis for award) are being omitted from the DRAFT RFP. Sections L&M will be provided in the final RFP. The final RFP release date is TBD. The DRAFT RFP and attachments are available to interested parties. To receive a copy of the DRAFT SOW, interested parties must be registered within the Joint Certification Program (JCP), System for Award Management (SAM), and be a domestically owned entity. Interested parties who have any questions, concerns, or comments regarding the requirements shall submit them to Mr. Aaron Deich via e-mail at aaron.deich@navy.mil no later than 4/14/17 3:00PM CST. Submission of questions, concerns, or comments does not guarantee the Government will provide a response. Should the Government provide a response, a comprehensive list will of all questions and answers will be posted alongside the final RFP. Amendment 0001 (11/17/2016): The purpose of this amendment is to notify interested vendors tracking this synopsis that the Pre-Solicitation Questions/Answers and Attendee list has been posted under the Special Notice number N61331-17-SN-Q02. This Synopsis has expired. The Government will NOT provide additional copies of the DRAFT SOW as referenced in the original synopsis. This Synopsis's deadline date is extended to match that of the Special Notice Number for reference ONLY. NSWC PCD anticipates posting a DRAFT RFP and DRAFT SOW on FedBizOpps in early to mid-December 2016. Notification of the posting of the DRAFT RFP will not be provided to interested vendors. It is the responsibility of interested vendors to monitor the FedBizOpps website for all amendments, modifications, and new postings regarding this upcoming requirement. Original Post: SYNOPSIS For Rapid Innovative Operational Testing (RIOT) REFERENCE: N61331-07-R-0001 The Naval Surface Warfare Center - Panama City Division (NSWC PCD) has a requirement for Rapid Innovative Operational Testing (RIOT) to include, but not limited to the following: conducting weapons systems Research and Development (R&D) for the implementation of unmanned systems development such as integration, software development, Command and Control (C2), technology assessment and evaluation, systems engineering, Test and Evaluation (T&E) planning and execution. This requirement will include a variety of projects to study, analyze, advise, research, and develop deliverables to advance Defense Systems (DS) related scientific and technical information (STI) through the application of knowledge and resources in achieving the Requesting Activity's (RA's) mission requirement. The use of delivery orders will provide the flexibility necessary for the different types of work required. There is no incumbent on this effort. This contract will be limited to DOMESTICALLY OWNED companies with a TS/SCI clearance. The set aside type is currently unknown at this point in time. The resulting contract is anticipated to be an Indefinite Delivery Indefinite Quantity (IDIQ) supply type contract associated with Cost Plus Fixed Fee (CPFF) completion effort within individual delivery orders. The contract period of performance will be for five (5) years, 12-month base period with 4 twelve month option periods. The Government anticipates a single award. The NAICS code is 541712. SBA Size Standard is 1000 employees. FSC is 9999. A DRAFT SOW is available to interested parties. To receive a copy of the DRAFT SOW, interested parties must be registered within the Joint Certification Program (JCP), System for Award Management (SAM), and be a domestically owned entity. For a DRAFT copy of the SOW, please e-mail Aaron Deich at aaron.deich@navy.mil and provide the company's name, address, company's POC information, and CAGE code. No classified information is contained with the DRAFT SOW, nor will be sent alongside the DRAFT SOW. Responses shall NOT contain classified information. Upon issuance of the solicitation, the RFP will provide a sampling of comprehensive items that will be used for both evaluation purposes and initial delivery at award. The Government intends to award to the responsible offeror utilizing trade-offs which will result in the best value to the Government. Prior to issuance of the formal solicitation, a pre-solicitation conference will be held in Panama City, FL for all interested parties. An overview presentation of the support projects and sampling of delivery order requirements will be discussed. All interested parties attending must RSVP prior to 7 November 2016 for planning purposes. The pre-solicitation conference is scheduled on 15 November 2016 at 8:00AM to 9:30AM located at La Quinta Inn and Suites Panama City Beach, FL (7115 Coastal Palms Blvd, Panama City Beach, FL 32408). To RSVP for the Pre-Solicitation conference e-mail the Contract Specialist, Aaron Deich at aaron.deich@navy.mil and provide the following information: (1) Company Name (2) Cage Code (3) Number of seats requested. Confirmation will be provided. The forthcoming solicitation number is N61331-17-R-0001 and the formal solicitation is anticipated to be posted on the FBO website at http://www.fbo.gov in mid-December 2016. To be eligible for award, contractors must be properly registered in SAM via https://www.sam.gov. Offers may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220 (1-334-206-7828 for international call) or via the internet at https://www.acquisition.gov. In accordance with FAR 4.1201, prospective contractors shall also complete electronic annual representations and certifications at accessed via https://www.acquisition.gov in conjunction with required registration in the SAM database. All changes to the requirement that occur prior to the closing date will be posted to the FBO website as amendments to the solicitation. It is the responsibility of interested vendors to monitor the FBO website for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award. Proposers should be advised THE GOVERNMENT FULLY INTENDS TO EVALUATE PROPOSALS AND AWARD THE CONTRACT(S) WITHOUT DISCUSSIONS WITH OFFERORS. Therefore, proposals should be submitted initially on the most favorable terms. RFPs are in portable document format (PDF). No hard copies of the solicitation will be mailed. Interested sources must download from the FBO site listed. To download and view these documents, you will need the latest version of Adobe Acrobat Reader. This software is available free at http://www.adobe.com. Interested parties may submit comments or requests in writing to the Contract Specialist: Aaron Deich, Code 022, (850) 636-6159, or e-mail address aaron.deich@navy.mil. This synopsis is being un-archived as to post the DRAFT Request for Proposal (RFP) and updated documents for Industry review and feedback. This contract will be limited to DOMESTICALLY OWNED companies with a TS/SCI clearance. The set aside type is currently unknown at this point in time. Interested parties shall NOT submit a proposal based on the DRAFT RFP and DRAFT attachments. The Government is not responsible for any costs incurred in reviewing or replying to this DRAFT RFP. All attachments and requirements are subject to change or cancellation. Offerors are being permitted to review the DRAFT RFP and requirements to ask questions concerning the requirements. Due to the DRAFT status of the RFP and attachments, the Government may choose to not provide a response to all questions or comments. Section L & M of the RFP (evaluation criteria and basis for award) are being omitted from the DRAFT RFP. Sections L&M will be provided in the final RFP. The final RFP release date is TBD. The DRAFT RFP and attachments are available to interested parties. To receive a copy of the DRAFT SOW, interested parties must be registered within the Joint Certification Program (JCP), System for Award Management (SAM), and be a domestically owned entity. Interested parties who have any questions, concerns, or comments regarding the requirements shall submit them to Mr. Aaron Deich via e-mail at aaron.deich@navy.mil no later than 4/14/17 3:00PM CST. Submission of questions, concerns, or comments does not guarantee the Government will provide a response. Should the Government provide a response, a comprehensive list will of all questions and answers will be posted alongside the final RFP.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5ab95d97ce8f91cde2bcb527f1a93e5a)
 
Record
SN04453762-W 20170401/170330235219-5ab95d97ce8f91cde2bcb527f1a93e5a (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.