Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 28, 2020 SAM #6665
SOLICITATION NOTICE

R -- Test and evaluation services for Commander Operational Test and Evaluation Force Aviation Warfare Division

Notice Date
2/26/2020 10:20:09 AM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511 USA
 
ZIP Code
23511
 
Solicitation Number
N0018920R0017
 
Response Due
3/31/2020 8:59:59 PM
 
Archive Date
04/15/2020
 
Point of Contact
Danielle Lafferty 703-585-9382 Carlton Walton, 757-443-1390
 
E-Mail Address
danielle.lafferty@navy.mil
(danielle.lafferty@navy.mil)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk Contracting Department, Norfolk, VA 23511-3392, intends to award a single, indefinite-delivery, indefinite-quantity-type contract with firm-fixed-price provisions for test and evaluation services in support of Commander Operational Test and Evaluation Force (COMPTEVFOR) Division 50, Aviation Warfare. The Government will solicit and award using the policies and procedures of FAR Part 12, Acquisition of Commercial Items; FAR Part 15, Contracting by Negotiation; FAR Subpart 16.5, Indefinite-Delivery Contracts; and FAR Subpart 19.14, Service-Disabled Veteran-Owned Small Business Procurement Program. Services will commence on/around 16 November 2020 and continue through 15 November 2025 for the five-year basic ordering period. The contract will contain the option to extend services in accordance with FAR clause 52.217-8 to allow for performance through 15 May 2026 if exercised. A request for information (RFI)/sources sought notice (number N00189COTFRFI) associated with this solicitation was posted on 28 June 2019 to identify interested sources and to obtain feedback on a draft Performance Work Statement. As a result of information obtained from responses to the RFI/sources sought notice, this requirement will be solicited competitively as a service-disabled, veteran-owned small business set-aside. The activity�s small business office concurs with this determination. The NAICS code applicable to this procurement is 541330. The size standard is $41.5 million. The Product Service Code is R425. The anticipated award date is no later than 15 September 2020. This requirement is in support of the Aviation Warfare Division, Division Code 50. This division tests and evaluates all of the Navy and Marine Corps� aviation acquisition programs warfare systems under the most operationally realistic conditions possible. These systems include strike/fighter weapons; assault weapons; aviation electronic warfare; air antisubmarine warfare; aviation maintenance, and trainers. The aviation warfare division also coordinates with the following squadrons: VX-1 (Patuxent River, MD), VX-9 (China Lake, CA), VMX-1 (Yuma, AZ), and HMX-1 (Quantico, VA). COMOPTEVFOR requires contractor technical and analytical support services in the definition, conduct, and analysis of structured Operational Test and Evaluation of United States Navy aviation warfare systems. These support services are required in one or more of the following forms: o Test Design o Test Planning o Modeling and Simulation Support o Test Execution o Post-Test Iterative Process and Reporting o Cyber Survivability Test Planning o Administrative Support o Financial Tracking and Support The primary place of performance is Norfolk, VA. However, performance may also be required in numerous locations within and outside the continental United States. The solicitation, any documents related to this procurement, and all amendments issued will be in electronic form. THE SOLICITATION IS NOT YET AVAILABLE. The expected availability date is at the end of February or beginning of March 2020. Once available, the solicitation will be posted to this site (Navy Electronic Commerce Online or NECO, https://www.neco.navy.mil.). The NECO website has a �submit bid� button next to the solicitation number. DO NOT use the �submit bid� button on NECO to submit a proposal. All responsible sources may submit a proposal that will be considered by the Government. By submitting a proposal, the offeror will be self-certifying that neither the principal corporate officials nor 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 proposal. By submission of a proposal, the offeror acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from the solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make an offeror ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at https://www.sam.gov. Please direct all questions regarding this requirement to Danielle Lafferty at danielle.lafferty@navy.mil Carlton Walton at carlton.walton@navy.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ebc52babdced4c988ac64cb068f9f8af/view)
 
Record
SN05572961-F 20200228/200226230255 (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.