Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 14, 2020 SAM #6651
SOLICITATION NOTICE

R -- Modeling and Simulation Services

Notice Date
2/12/2020 10:15:32 AM
 
Notice Type
Presolicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511 USA
 
ZIP Code
23511
 
Solicitation Number
N0018920RZ040
 
Response Due
2/27/2020 1:00:00 PM
 
Archive Date
03/13/2020
 
Point of Contact
Yarden Doar
 
E-Mail Address
yarden.doar@navy.mil
(yarden.doar@navy.mil)
 
Description
The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk, Contracting Department, Philadelphia Office intends to acquire, through full and open competition, modeling and simulation services in support of the office of the Chief of Naval Operations (OPNAV) Navy Analytic Modeling Program. The requirement is for the procurement of professional services in the areas of model development, engineering, training and demonstration of modeling, simulation, modifications, and analysis techniques in support of N8�s mission. The Analytic capabilities will include physics-based kinetic warfare models; information and decision making models; and econometric personnel management, readiness (maintenance, supply, training and support equipment); logistics management models; concept platform design tools; and war gaming environments and data sets. The contractor shall be required to provide coordination across the Office of the Chief of Naval Operations (OPNAV) staff, the Fleet, Systems Commands (SYSCOMs), Combatant Commanders (COCOMs), Marine Corps and other Service Staffs, Joint Staff, and Office of the Secretary of Defense (OSD) staff. To effectively carry out the responsibilities required to produce the deliverables associated with the above requirements, potential contractors must possess both the corporate knowledge, as well as the uniquely qualified personnel. Subsequent task orders will be deliverable-based and the approach in which a potential contractor provides said deliverables will be paramount to the overall success of the program. Travel is anticipated. The Government anticipates performance will begin around 1 Nov 2020 and will continue, as required, for five years thereafter. For planning purposes, the total estimated level of effort over the 5-year ordering period is 96,000. The applicable NAICs code is 541511. The small business size standard for this NAICS is $30 million in annual receipts. The FSC Code is R499. It is the intent of the Government to process this procurement under FAR 15, Contracting by Negotiation, and to ultimately award multiple, indefinite delivery, indefinite quantity (IDIQ) cost-plus- fixed-fee (CPFF) contracts as a result of the forthcoming solicitation. The IDIQ contracts will allow for both Cost Plus Fixed Fee (CPFF) and firm-fixed-price (FFP) type task orders. Offerors will be required to submit non-cost/price (technical) and cost/price proposals. The Government anticipates that the resultant contracts will be awarded on a best value basis where the non-cost/price (technical) volume will be considered more important than the cost/price volume. Upon its release, the solicitation will be issued electronically and be available for downloading at the NECO website: http://www.neco.navy.mil or https://beta.sam.gov in the Feb 2020 timeframe. [Effective 12 November 2019, FBO.gov officially transitioned to the Beta.SAM.gov �Contracting Opportunities� platform. NAVSUP is currently working on having NECO be the NAVSUP system interface with Beta.SAM.Gov.] The closing date for the receipt of offers will be set forth in the RFP. Paper copies, faxed copies, or email copies of the solicitation will not be provided. Interested parties are solely responsible for monitoring the above website for posting of the RFP and any amendments thereto. The Government will not pay for the information received. All responsible sources may submit a proposal, which will be considered by NAVSUP FLC Norfolk, Contracting Department, Philadelphia Office. By submitting an offer, the offeror is self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the offer. By submission of an offer, the contractor acknowledges the requirements that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award. Lack of registration in the SAM database will make a contractor ineligible for award. Contractors may obtain information on registration and annual confirmation requirements via the internet at https://www.sam.gov/SAM/. Further, offerors are required to go on-line to the SAM website to complete their Online Representations and Certifications Application (ORCA) prior to �the submittal of their proposal.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/41bc9ae43cf446f985fd84f2ffa1b46b/view)
 
Record
SN05560459-F 20200214/200212230153 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.