SOLICITATION NOTICE
R -- PRE-SOLICITATION NOTICE for Explosives Safety Siting (ESS) software maintenance, enhancement, and validation services. - Draft Performance Work Statement
- Notice Date
- 7/1/2014
- Notice Type
- Presolicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC EXWC Port Hueneme, Naval Facilities and Expeditionary Warfare Center, 1000 23rd AVE, Port Hueneme, California, 93043-4301, United States
- ZIP Code
- 93043-4301
- Solicitation Number
- N39430-14-R-1478
- Archive Date
- 8/1/2014
- Point of Contact
- Meadow M Rivas, Phone: 8059824566
- E-Mail Address
-
meadow.rivas@navy.mil
(meadow.rivas@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Draft PWS This is a pre-solicitation notice only. Proposals are not being accepted at this time. When issued, the solicitation will be posted to http://www.fbo.gov (FedBizOpps). The Naval Facilities (NAVFAC) Engineering and Expeditionary Warfare Center (EXWC), Port Hueneme, CA, has a requirement for Explosives Safety Siting (ESS) software maintenance, enhancement, and validation services. NAVFAC EXWC is the Central Design Authority (CDA) for the ESS software tool. The ESS software is an automated site planning (ASP) tool used by Joint Services to obtain evaluation and approval by the Department of Defense Explosives Safety Board (DDESB) for all explosives storage, handling, and maintenance functions. DDESB requirements and regulations are published in DOD 6055.09-M, "DoD Ammunition and Explosives Safety Standards". ESS Version 6.1 is the currently approved software for DoD use. ESS is used to identify violations of the regulations when they are found to exist, and it provides tools to automate the creation of site approval request package documentation that includes tabular and graphical information that is required by Approval Authorities. NAVFAC EXWC Acquisitions intends to award an Indefinite Delivery/Indefinite Quantity (IDIQ), contract to a single vendor. Task orders will be Firm Fixed Price. The contract term will be for a base plus four one-year options periods, for a total of five years if all options are exercised. This procurement is being processed in accordance with FAR Parts 12 and 15, using a Request for Proposal. This requirement is a 100% Small Business set-aside. Offers from other than small business concerns will not be considered. The North American Industry Classification System (NAICS) code is 541511. The Small Business Size Standard is $25.5 million. Prospective bidders are responsible for downloading a copy of the solicitation from the NAVFAC website. It is anticipated that the solicitation will be issued on or about July 7, 2014 and 30 days will be allowed for submission of proposals. In accordance with FAR 52.212-4, offerors shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from the solicitation. After proposals are evaluated, an award will be to that responsible bidder to the Government which represents the best value considering technical and the price-related factors included in the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/15deb62403f933ab126764bf5f917d43)
- Place of Performance
- Address: Contractor facility and various CONUS and OCONUS locations., United States
- Record
- SN03411377-W 20140703/140702001410-15deb62403f933ab126764bf5f917d43 (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 |