SOURCES SOUGHT
A -- Research and Development Support for NRL Plasma Physics Division - Draft SOW R&D Support for NRL Plasma Physics Division
- Notice Date
- 8/13/2018
- Notice Type
- Sources Sought
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and 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
- N00173-18-NRL-LN25
- Archive Date
- 9/12/2018
- Point of Contact
- Jamie Newman, Phone: 202-767-2974
- E-Mail Address
-
Jamie.Newman@nrl.navy.mil
(Jamie.Newman@nrl.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft SOW THIS IS A REQUEST FOR INFORMATION (RFI) ONLY AND YOUR RESPONSE IS NOT AN OFFER. THIS REQUEST FOR INFORMATION DOES NOT COMMIT THE GOVERNMENT TO PAY ANY COSTS INCURRED IN PREPARATION OF ANY SUBMISSION TO THIS MARKET SURVEY OR TO CONTRACT FOR SERVICES. Important Dates: RFI submissions are due No Later Than: 28 August 2018. A. LOCATION - Naval Research Laboratory (NRL), 4555 Overlook Avenue, SW, Washington, DC 20375 B. OBJECTIVE - The Naval Research Laboratory is searching for potential sources capable of performing the objectives set forth in the attached Draft Statement of Work (SOW). The intent of this RFI is to gauge industry interest and capabilities to perform the services as described in the Draft SOW. Comments on the Draft SOW will also be accepted. It is anticipated that a Request for Proposal will be issued within the next month. Answers to this RFI will be key in shaping certain aspects of the requirement. C. CONTRACT TYPE - The Government is contemplating a solicitation of proposals for award of a Cost Plus Fixed Fee (CPFF) contract. D. COMPETITION STRATEGY - Currently contemplating full and open competition unless the results from this RFI support a set-aside of any kind. Federal multiple award schedule holders and/or small businesses are encouraged to reply. E. LENGTH OF AWARD - From date of award through delivery (5 years). F. MINIMUM SPECIFICATIONS - The draft minimum technical requirements for the effort are in the attached. The Government is currently in the planning stages for this procurement and may continue to modify the language within the requirement as necessary. These specifications do not necessarily represent the final specifications. G. RESPONSE FORMAT - Interested parties, shall, at a minimum, supply all of the below information, in a Capability Statement, and shall use the below format. REQUIRED INFORMATION and FORMAT 1) CONTACT INFORMATION a) Name of Company and Point of Contact (PoC) b) Telephone Number, Fax Number, Address, and e-mail address c) DUNS Number, business size, CAGE code, and number of employees d) NAICS Code of proposed solution e) PSC Code of the proposed solution (SEE https://psctool.us ) 2) COMMERCIALITY OF PROPOSED ITEM a) Whether item(s) offered/proposed is a commercial item and is customarily used by the general public or by non-governmental entities for the purposes other than governmental purposes b) Whether the item(s) has been SOLD, leased, or licensed to the general public, and if so, identify one or more such sales, leases, or licenses to document the commerciality of the item. c) Whether the item(s) have been OFFERED for sale, lease, or license to the general public. 3) PRODUCT DESCRIPTION a) Provide a description of how the proposed product will meet and/or exceed each of the specifications, in the attached Draft SOW. Ensure you provide submission documents indicating compliance to the requirements. b) Provide a product brochure. 4) ROUGH ORDER OF MAGNITUDE ESTIMATE OF COST FOR EACH REQUIREMENT Do not submit a quote. 5) SUBCONTRACTING POSSIBILITIES Provide information on potential subcontracting opportunities. If no subcontracting opportunities exist, please explain why. 6) PAST PERFORMANCE INFORMATION Provide in the response a list of Navy, DoD, or Federal contracts supported during the past 36 months with a brief description of the supply or service provided for each contract. Only list contracts similar to those of the Draft SOW attached. 7) ASSUMPTIONS Provide a list of assumptions, if any, which were considered in formulating the response. OPTIONAL: In addition to the above information, input from industry detailing best practices in the following areas is welcome, as this may assist the Government in obtaining necessary products utilizing low-risk, high-efficiency procedures: a) Methods of quantifying and qualifying specifications required if a request for proposal (RFP) is issued. b) Proposal evaluation factors. c) Quality assurance monitoring of contractor performance. ------------------------- 52.215-3 -- Request for Information or Solicitation for Planning Purposes. Request for Information or Solicitation for Planning Purposes (Oct 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although "proposal" and "offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of: market research and procurement planning.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/ONR/N00173/N00173-18-NRL-LN25/listing.html)
- Place of Performance
- Address: Naval Research Laboratory (NRL), 4555 Overlook Avenue, SW, Washington, District of Columbia, 20375, United States
- Zip Code: 20375
- Zip Code: 20375
- Record
- SN05034688-W 20180815/180813231504-5a946757d3db13b20f26e0ffb15e1193 (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 |