MODIFICATION
20 -- THERMAL SPRAY ROBOT - L-2 Attachment - L-5 Attachment - L-3 Attachment - L-4 Attachment - L-1 Attachment - Amended Section J Attachments - Amendment 2 - L-6 Attachment - L-7 Attachment - RESPONSES TO QUESTIONS
- Notice Date
- 8/17/2015
- Notice Type
- Modification/Amendment
- NAICS
- 325510
— Paint and Coating Manufacturing
- 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
- N00173-15-R-DD01
- Archive Date
- 9/15/2015
- Point of Contact
- Ms. Devan DeWitt,
- E-Mail Address
-
DEVAN.DEWITT@NRL.NAVY.MIL
(DEVAN.DEWITT@NRL.NAVY.MIL)
- Small Business Set-Aside
- N/A
- Description
- QUESTIONS AND ANSWERS L-7 Attachment L-6 Attachment Amendment 02 to Solicitation N00173-15-R-DD01 Amended Section J Attachments Section L-1 Attachment L-4 Attachment L-3 Attachment L-5 Attachment L-2 Attachment Synopsis N00173-15-R-DD01 The Naval Research Laboratory (NRL) anticipates award of a competitive contract, with cost-reimbursable task orders, for research and development (R&D) for the development of a functional prototype for a Self-Contained Robotic Application System of Thermal Spray Nonskid for Large Flight Deck Amphibious Ship Flight Decks for the Navy and other Department of Defense (DoD) /Government organizations for surface ships, submarines, aircraft, land vehicles and shore-based facility applications. The mission of the NRL's Center for Corrosion Science and Engineering is to conduct applied research and development studies to help solve current and future Navy problems in the fields of corrosion and marine fouling. This work is applied to both (1) short-range Navy problems-environmental issues of both DoD and national concern-and the (2) long-range development of scientific expertise and knowledge relevant to future Navy and DoD missions. The purpose of this procurement is to provide technical expertise and experience to perform research, development, testing and evaluation (RDT&E) for the NRL CCSE (Code 6130) in the areas described below: •Flight Deck Coating Technologies •Application of Nonskid Thermal Spray Incorporating Robotic Techniques •Surface Preparation •Thermal Spray Technologies and Techniques •Design and Fabrication of Robotic Implementation within Manufacturing Or Production, Maintenance Technologies and Inspection System The expected place of performance for this requirement is Naval Research Lab, Washington, DC (NRL-DC) and at various contractor, subcontractor, and Government facilities (mainly in the continental United States). All Contractor personnel working on NRL shall possess a favorably completed DoD investigation and a final DoD granted Secret security clearance at time of proposal submission. This synopsis is for the acquisition of a 2 year Indefinite-Delivery Indefinite-Quantity (IDIQ), with cost-reimbursable task orders. The Statement of Work will be available as part of the solicitation. The estimated value of this acquisition is $3,111,860.01 under NAICS 325510. 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. In accordance with FAR 19.502-2(b) there is reasonable expectation of obtaining two or more responsible Small Business concerns that are competitive in terms of market prices, quality and delivery, therefore the solicitation and resulting contract shall be a 100% small business set aside 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 the 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/N00173-15-R-DD01/listing.html)
- Record
- SN03842677-W 20150819/150817235940-dcd10e179312a8e152b39291cd535f6c (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 |