Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 05, 2014 FBO #4515
SOLICITATION NOTICE

R -- Analytic, Engineering, Scientific, & Programming services supporting warfare, campaign, mission, & other analyses for the Office of the Chief of Naval Operations (OPNAV) Assessment Division (N81)

Notice Date
4/3/2014
 
Notice Type
Presolicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N0018914RZ046
 
Response Due
4/18/2014
 
Archive Date
12/31/2014
 
Point of Contact
Stephen Ciliberto (215) 697-9606
 
E-Mail Address
Email Contract Specialist
(stephen.ciliberto@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk, Contracting Department, Philadelphia Office intends to acquire, through full and open competition, warfare, warfare support, campaign, and mission analyses in support of the office of the Chief of Naval Operations (OPNAV) Assessment Division s (N81) Program Objective Memorandum (POM) assessment and the Navy s analytic agenda. This requirement is for the procurement of analytic, engineering, scientific, and programming services in the areas of sea control, power projection, strategic deterrence, maritime security, decision superiority, and force generation in support of N81 s mission. Their mission is to provide a comprehensive methodology and supporting review process that defines Navy warfighting capability and capacity requirements and warfighting wholeness; identify both near and far-term capacity and capability shortfalls and gaps; and provide quantitative and qualitative measures suitable for supporting value-based trades between disparate components of overall Navy capacity and capability. N81 s role as the single OPNAV analytic organization includes: -Coordinate and prioritize all OPNAV analysis efforts -Conduct all campaign, capability and force structure requirements analysis -Conduct analysis of key support area issues -Develop analytic tool improvements ( World Class Models ) -Lead development of Center for Naval Analysis (CNA) Annual Plan and Integrated Analytic Agenda -Lead Navy s analytic engagement with Office of the Secretary of Defense (OSD) and Joint Staff, including OPNAV participation in OSD s Support to Strategic Analysis -Approve study plans for all Navy-led Analysis of Alternatives (AoAs) and Capabilities-Based Assessments (CBAs) -Assess magnitude and priority of capability gaps and programmatic solutions -Manage accreditation of price-performance models The work objectives to be performed under this requirement include analytic framework development, scenario development, scenario support and maintenance, campaign and mission analyses and support, and warfare support analyses and risk assessments that support the Program Objectives Memorandum (POM) decision-making process and the integrated analytic agenda. The analyses will assist N81 in making informed decisions across the Planning, Programming, Budgeting, and Execution (PPBE) process. Additionally, the analyses will assist with determining and evaluating of shortfalls and redundancies in planned operational or support capabilities, evaluating key issues including deficiencies in warfighting capability, analyzing priorities for needed capabilities, assessing affordability of high payoff systems and technologies, assessing effectiveness and affordability of alternative force structures, developing new analytic techniques for informing resource allocation decisions, conducting all campaign and warfare mission level analyses, and developing investment strategies. For planning purposes only, it is estimated that the requirement will call for 1,732,800 hours of effort over the life of the contracts. Based upon market research, the Government is not using the policies contained in FAR Part 12, Acquisition of Commercial Items. However, interested parties may identify to the Contracting Officer their interest and capability to satisfy the Government s requirement with a Commercial item. Under this requirement, the Government intends to make multiple awards for the entire requirement. The awarded contracts will be Cost-Plus-Fixed-Fee (CPFF) - Indefinite Delivery, Indefinite Quantity (IDIQ) type contracts with a ordering period beginning around 1 January 2015 and continuing through 31 December 2019. The specific actions and/or tasks required will be identified on individual task orders issued under these contracts. Travel will be required in support of this requirement. The Request for Proposals (RFP) will require the submission of a non-price/cost volume as well as a price/cost volume. The Navy s evaluation of proposals will consider the offeror s non-price/cost proposal significantly more important than the offeror s price/cost proposal. The North American Industry Classification System (NAICS) Code is 541611; size standard $14.0M. The FSC is R499. All responsible sources may submit a proposal, which will be considered by NAVSUP FLC Norfolk, Contracting Department, Philadelphia Office. The RFP will be made available electronically upon its release at www.neco.navy.mil. Paper copies, faxed copies, or e-mail 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 information received. It is anticipated that the solicitation will be released on or around 1 May 2014. The closing date for the receipt of offers will be set forth in the RFP. Offerors must be registered in the System for Award Management (SAM) database to be considered for award. See www.sam.gov for further information and instructions. Further, offerors are required to go on-line to the SAM website to complete their Online Representations and Certifications Application (ORCA) prior to submittal of a proposal. Any questions regarding this announcement should be submitted via email to stephen.ciliberto@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018914RZ046/listing.html)
 
Place of Performance
Address: 2000 Navy Pentagon, Washington, DC
Zip Code: 20350
 
Record
SN03328940-W 20140405/140404000631-2d5c14b3e4e64037fbd7c5ea52e8f37a (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 |
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.