SOLICITATION NOTICE
R -- SCIENTIFIC,ENGINEERING,TECHNICAL,AND ADMINSTRATIVE INTELLIGENCE RELATED SERVICES
- Notice Date
- 7/7/2009
- Notice Type
- Presolicitation
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Indian Head Division, N00174 NAVAL SURFACE WARFARE CENTER, MARYLAND 4072 North Jackson Road Suite 132 Indian Head, MD
- ZIP Code
- 00000
- Solicitation Number
- N0017409R0034
- Point of Contact
- Kevin M. King 301-744-6640 Technical POC: Mr. Donald W. Greenlee, (502) 364-5269; donald.greenlee@navy.mil<br />
- E-Mail Address
-
kevin.m.king2@navy.mil
(kevin.m.king2@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Surface Warfare Center, Indian Head Division, is soliciting for certain Intelligence Related Services. These services are in the scientific, engineering, technical and administrative areas addressing the following objectives: 1. Creating end user (war fighter, systems designer) knowledge from intelligence data and products. 2. Managing Human Systems Interface (HSI) of knowledge (intelligence) through processes such as modeling and simulation. 3. Providing weapon systems science, technology, engineering, and logistics services and support. 4. Providing security support services for both collateral and compartmented facilities and programs. 5. Providing other administrative and technical services such as preparing technical documents, drafting, and illustrations. 6. Developing and executing an overall contract and project management plan, including developing metrics to measure contractor performance against its proposed Performance Work Statement. Respondents must have weapon systems engineering experience as well as operational war fighting experience and intelligence capabilities. Performance under resulting contracts will require access to TOP SECRET Sensitive Compartmented Information (TS/SCI). To receive the solicitation, prospective offerors must complete a phased security evaluation process. The first phase will determine the offerors basic need-to-know by establishing security qualifications and basic technical expertise. Any contractor having an established facility clearance under the National Industrial Security Program may request instructions for the first phase by submitting an email to Donald.greenlee@navy.mil and providing a valid CAGE code. Prospective offerors must request these instructions and respond accordingly regardless of past participation in market surveys regarding this requirement. To receive the solicitation, prospective offerors must comply with the following due dates which will be strictly enforced: Within 15 days of this notice offerors shall request the security instruction. Within 30 days of this notice offerors shall respond to the security instruction data call. Once the prospective offeror's security submission has been approved, the prospective offeror will be sent the solicitation materials. Responses to the solicitation will be due approximately 30 days after the receipt of solicitation materials. This requirement will be full and open competition among those vendors whose security submission has been approved. An Indefinite Delivery Indefinite Quantity type contract is anticipated. The contractor shall provide required support in accordance with specific individually written Cost Plus Fixed Fee task orders to be issued by IHD/NSWC within the general scope of this Statement of Work (SOW) as needs arise. It is anticipated that this effort will have a base year with four one (1) year option periods of performance. For information, this requirement is in support of programs managed by the Naval Surface Warfare Center, Louisville Detachment that is slated to transfer to the Indian Head Picatinny Detachment in FY 11. The NAICS Code is 541690 with a size standard of $7,000,000. The FSC Code is R499. This solicitation notice is being posted to both the Federal Business Opportunities (FBO) page located at http://www.eps.gov and the Navy Electronic Commerce on Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Naval Sea Systems Command. IMPORTANT NOTE: All offerors are ineligible for award unless they are registered in DoD's Central Contractor Registration database. Offerors may obtain information regarding registration and annual confirmation requirements by calling 1-888-227-2423 or via http://www.ccr.gov/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00174/N0017409R0034/listing.html)
- Place of Performance
- Address: 160 Rochester Drive, Louisville, KY<br />
- Zip Code: 40214<br />
- Zip Code: 40214<br />
- Record
- SN01866949-W 20090709/090708000142-581363315b6da320cedcae7df063a0bb (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 |