Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 14, 2020 SAM #6833
SOURCES SOUGHT

A -- Research, Development, Technical, and Evaluation (RDT&E) Support.

Notice Date
8/12/2020 11:19:27 AM
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
NSWC DAHLGREN DAHLGREN VA 22448-5154 USA
 
ZIP Code
22448-5154
 
Solicitation Number
N0017820R4411
 
Response Due
8/28/2020 9:00:00 AM
 
Archive Date
09/11/2020
 
Point of Contact
Yuleiny Garcia, Phone: 5406533358, Amy Richards, Phone: 5406537825, Fax: 5406534089
 
E-Mail Address
yuleiny.garciacontre@navy.mil, Amy.T.Richards@navy.mil
(yuleiny.garciacontre@navy.mil, Amy.T.Richards@navy.mil)
 
Description
This sources sought and Virtual Industry day are being posted to the Federal Business Opportunities (FBO) page located at https://beta.sam.gov/.� It is understood that this is the single point of entry for posting of synopsis and solicitations to the Internet. The Naval Surface Warfare Center, Dahlgren Division (NSWCDD) seeks to obtain market research information from sources capable of fully satisfying information contained herein. NSWCDD seeks a contractor to provide technical and management support services for the Asymmetric Systems programs and projects. Support provided shall include research, development, engineering, and technical support efforts covering the functional areas of program management, systems engineering, doctrine and tactical policy development, technology and concept exploration, system requirements definition and performance trade-off analysis, engineering design, development, test, and evaluation, low-rate and full-rate production, and logistics engineering.� Tasking is further delineated in the Draft Statement of Work attached to this Source Sought Notice.� The immediate objective is to survey and assess interest from all businesses capable and interested in participating in this effort. Contract Type & Period of Performance: The Government Contemplates award of a single award Cost-Plus-Fixed-Fee (CPFF), Indefinite Delivery Indefinite Quantity (IDIQ) contract. Set-Aside: The current Contractor is a large Business. The Government is conducting market research to determine if two (2) or more Small Businesses are capable of performing the work. Responses to this Sources Sought will be evaluated to make this determination. Incumbent: This requirement is a direct follow-on to Cost-Plus-Fixed-Fee (CPFF) Indefinite Delivery Indefinite Quantity (IDIQ) contract N00178-16-D-3002 with Southwest Research Institute. Source Selection Procedures: Best Value source selection procedures will be employed. Mandatory Requirements: Mandatory requirements must be maintained throughout the life of the contract. The mandatory requirements are as follows: Requirement 1:� Facility Security Clearance: The contractor�s primary facility for supporting this contract is required to have a facility clearance of TOP SECRET and must be cleared at the SECRET level for both information processing and storage. Requirement 2:� Personnel Security Clearances: All personnel providing technical support under this requirement must possess clearances at the SECRET level or higher.� The Engineering Program Manager must possess a clearance at the TOP SECRET level with SCI eligibility.� Interim clearances are acceptable for all clearance levels except the Engineering Program Manager. Documents: Virtual Industry Day Slides, draft Statement of Work (SOW), and draft of Section H (Labor Qualifications) are attached to this sources sought. Request for Capability Statements: Capability statements are requested to assess all interest in this requirement as well as to determine if a small business set-aside can be made.� All businesses capable of fully satisfying the requirements described above and outlined in the attachment should submit capability statements/expressions of interest providing the Government the necessary information to determine actual capability. Capability statements shall not exceed fifteen (15) pages and shall include the following items: (1) A company profile including CAGE Code and DUNS number and a statement regarding current Small Business status (including all applicable categories of Small Business: Service-Disabled Veteran-Owned Small Business, HUBzone, 8A, Woman-Owned Small Business, Economically Disadvantaged Woman Owned Small Business (EDWOSB), Veteran-Owned Small Business or Small Disadvantaged Business); (2) A complete description of the offeror's capabilities relating specifically to the attached draft SOW, specifically addressing relevant experience and understanding of the work for which this acquisition will support; (3) A complete description of the offeror�s ability to meet the mandatory requirements defined in the SOW; (4) The specific qualifications, capabilities, and experience of the Contractor's personnel available to support this effort, including the personnel's security clearance level. Identify whether individuals are employees of the Offeror or of a planned team member (Sub-contractor) and identify the planned team member; (5) Business / contracts / marketing office point(s) of contact; (6) A summary of specific past performance on same or similar size and scope of work performed by the Offeror as a Prime Contractor within the past five (5) years, including a description of the services provided, the dollar value of the effort, and the contract number; (7) Any additional information that may be useful to the successful procurement of the requirements, if solicited. (8) Interested Offeror(s) shall identify any potential �similarly situated entity� arrangements being considered. A �similarly situated entity� means a first-tier subcontractor, including an independent contractor, which has the same small business program status as that which qualified the prime contractor for the award and that is considered small for the NAICS code the prime contractor assigned to the subcontract the subcontractor will perform.� If �similarly situated entity� subcontracting is contemplated, the capability statement shall contain detailed information concerning the planned �similarly situated entity� subcontracting/consulting arrangement(s) (including proposed work share, DUNS number(s), and all applicable categories of Small Business status) to assure the Government that the limitations of FAR 52.219-14, Limitations of Subcontracting (DEVIATION 2019-O0003), can be met for each contract period. The limitations identified in the aforementioned clause require the Offeror/Contractor to agree that in the performance of the resultant contract it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities.� Any work that a similarly situated entity further subcontracts will count toward the 50 percent subcontract amount that cannot be exceeded. Capability statements shall adhere to a fifteen (15) page submission limit, plus any commercial marketing information, brochures, or web links. General statements, not supported by the specific information requested above, will not be considered responsive. All information shall be submitted via e-mail to Contracting Officer: Amy T. Richards, amy.t.richards@navy.mil and Contract Specialist Yuleiny Garcia, yuleiny.garciacontre@navy.mil with reference number N00178-20-R-4411, no later than 1200 EST on�August 28, 2020. Capability Statements received after that time may not be considered for purposes of the subsequent Request for Proposal. Questions or clarifications: companies are invited to submit questions on the requirement. Questions regarding this Requirement Notice must be received no later than 12PM on September 11, 2020. All questions are to be submitted via email to Contract Specialist: Yuleiny Garcia, yuleiny.garciacontre@navy.mil and Contracting Officer: Amy T. Richards, amy.t.richards@navy.mil, with email title to include: ""Sources Sought RDT&E - N00178-20-R-4411"" in subject line. NOTE: This Sources Sought is issued for the purpose of determining market interest, feasibility, and capability of sources and does not constitute an Invitation for Bids (IFB), a Request for Proposals (RFP), a Request for Quotes (RFQ), or an indication that the Government will contract for any of the items and/or services contained in this notice. All information and data received in response to this Sources Sought marked or designated as corporate property information will be protected and held in strict confidence. Individual correspondence should not be expected in advance of any resulting pre-solicitation notice for the proposed requirements. The government will not pay for the information solicited. Point of Contact is Yuleiny Garcia CS0243; 540-653-3358 or yuleiny.garciacontre@navy.mil and Amy T. Richards Code 024; amy.t.richards@navy.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/efcae58323054b60b7dfa4f3bd8372f1/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05755536-F 20200814/200812230150 (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.