Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 24, 2014 FBO #4534
MODIFICATION

A -- Electromagnetic Systems Technology Assessment and Evaluation, Research and Prototype Development - Package #1

Notice Date
4/22/2014
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, District of Columbia, 20375
 
ZIP Code
20375
 
Solicitation Number
N00173-14-R-GJ01
 
Archive Date
4/14/2014
 
Point of Contact
Brenda Green, Phone: 2024041342, Kristopher J. Ramsey, Phone: 2027673782
 
E-Mail Address
brenda.green@nrl.navy.mil, Kristopher.Ramsey@nrl.navy.mil
(brenda.green@nrl.navy.mil, Kristopher.Ramsey@nrl.navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Past Performance DD 254 Contract Security Classification Personnel Qualifications Requirments for Onsite Contractors Performance Work Statement Contract Data Requirement List Sample Task Performance Work Statement Staffing Plan DCAA Rate Check Template Supporting Cost Data Cost Summary Format See Section L of the RFP for explanation of this form Request for Proposal The Naval Research Laboratory (NRL) anticipates negotiation of a competitive Indefinite Delivery Indefinite Quantity, Cost Plus Fixed Fee, and Firm Fixed Price contract for Research and Development in the High Power Electromagnetic and Countermeasure Technology areas. This requirement is located in The Surface Electronic Warfare Systems Branch. The Surface Electronic Warfare Branch is responsible for performing research and development on prototyping and management of projects related to Electromagnetic Systems and Electronic Countermeasures Systems for the US Navy. The Branch also plans, guides, and conducts research that provides the technology base necessary for the development and effective utilization of shipboard electronic warfare systems. The purpose of this requirement is to provide technical support for the testing, evaluation, and prototype development leading toward transitioning of the technology to the field. The Contractor will perform research and development in the following areas: • Counter Improvised Explosive Devices (IED) both detection and defeat • Vessel Stopping, threat analysis of anti-ship cruise missiles and evaluation of specific countermeasures systems against those threats • System Analysis, System Design and Development • Design, Development and Rapid Prototyping and Initial Limited Production Quantities of IED • System Test and Evaluation • Data Collection and Analysis • Computer Simulation, Design and Development • Technical Support to Various Facility Operations • Evaluate RF Millimeter wave, Ultra Short Pulse and High Energy Laser Technologies • Improve Countermeasures in the RF, Millimeter wave and Electro-Optic and Infrared Bands In the performance of some of the tasks contract personnel may occasionally travel to support system installation, maintenance, or testing aboard Navy platforms. All Full time Onsite Contractor personnel shall possess up to Secret or Top Secret/SCI Clearances and be eligible for immediate adjudication by appropriate cognizant security authority upon the date of proposal submission. This synopsis is for the acquisition of five years of research and development services. The Performance Work Statement will be available as part of the solicitation. Based on a survey of the market, the government has determined that the services to be acquired do not meet the definition of a commercial item. Therefore, the government does not intend to use the procedures as outlined in FAR Part 12 for this acquisition. This acquisition will be procured in a competitive negotiated environment using formal source selection procedures set forth in FAR Part 15. This solicitation will be 100% set-aside for small businesses in accordance with FAR Subpart 6.2, Full and Open Competition After Exclusion of Sources. The NRL uses electronic commerce (EC) to issue requests for proposals (RFPs) and amendments to RFPs. Paper copies of the RFP will not be provided. Be advised that failure to register in the SAM database makes an offeror ineligible for award of DoD contracts. Information regarding this registration may be obtained by accessing the website https://www.sam.gov. Notification of any changes to the solicitation (amendments) shall be made only on the FebBizOps website. Therefore, it is the offeror's responsibility to check the internet sites daily for any posted changes to the solicitation plans and specifications. The Government intends to make a single award to offeror that represents the best value to the Government, price and non-price factors considered. Instructions and evaluations factors will be provided in the solicitation. All responsible sources may submit a bid, proposal, or quotation, which shall be considered by the agency. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/rfplist.htm
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/ONR/N00173/N00173-14-R-GJ01/listing.html)
 
Place of Performance
Address: Naval Resesarch Laboratory, 4555 Overlook Ave, SW, and At The Contractor Facilitiy, Washington, District of Columbia, 20375, United States
Zip Code: 20375
 
Record
SN03344960-W 20140424/140422234656-0468ea2851fa3b186a44f499af40c48a (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.