MODIFICATION
A -- Research & Development for Survivability and Fire Protection Systems Development
- Notice Date
- 9/13/2019
- Notice Type
- Modification/Amendment
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- 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
- N00173-19-R-LN04
- Archive Date
- 10/19/2019
- Point of Contact
- Jamie Newman, Phone: 202-767-2974, Naval Research Laboratory,
- E-Mail Address
-
Jamie.Newman@nrl.navy.mil,
(Jamie.Newman@nrl.navy.mil, /div)
- Small Business Set-Aside
- N/A
- Description
- The following in SECTION L has been modified to include additional information: L-13 PROPOSAL CONTENT, 1. VOLUME I - TECHNICAL CAPABILITIES AND EXPERIENCE, (b) SECTION 2 (Sub-factor B) - Technical Understanding: Sample Task Order: Each Offeror is required to complete and submit a technical and cost proposal against the Sample Task Order SOW, included in the solicitation, which will be evaluated to assist in assessing the Offerors ability to provide soundness of approach, credibility, logic, and realistic cost to proposed tasking. The technical proposal shall be included as part of Volume I and the cost proposal shall be a part of Volume III. The following in SECTION L has been modified to include additional information: L-13 PROPOSAL CONTENT, 3. VOLUME III - COST/PRICE SUMMARY (c) COST PROPOSAL (4) A cost proposal for the Sample Task Order SOW, Attachment 7 of this solicitation, should also be provided to assist in assessing the Offerors ability to logically and realistically price task orders. The following paragraph in SECTION M has been modified to include additional information: M-1 EVALUATION Selection will be based on a complete assessment of each Offeror's technical proposal (to include sample task order proposals), past performance information, and cost proposal. Within the best value continuum, the Government will employ a price/technical tradeoff analysis of both price and nonprice factors (FAR 15.101-1) in evaluating each proposal submitted. The nonprice evaluation criteria (technical and past performance), when combined, are significantly more important than cost or price. Trade-off considerations may result in the determination that it is in the best interest of the Government to award to other than the lowest-priced Offeror or other than the highest technically rated Offeror. The following in SECTION M has been modified to include additional information: M-2-1TECHNICAL (c) SECTION 3 (Sub-factor B) - Technical Understanding Offerors will be evaluated based on their ability to demonstrate their complete understanding of the technical requirements and the general nature of the tasks set forth in the SOW. A simple statement of understanding or playback of the SOW will not be considered as responsive. Offerors will be evaluated on the soundness of approach by a feasible and workable program for each task requirement. Offerors will also be evaluated based on their ability to demonstrate credibility, realism, and logic to the proposed tasking requirements and required deliverables. The Offerors technical proposal for performance of the Sample Task Order SOW will be evaluated to assist in assessing the Offerors ability to provide soundness of approach, credibility, realism, and logic to proposed tasking. In addition, Offerors will be evaluated on the documentation to support and/or demonstrate experience with Federal Research and Development Laboratories and/or the desired experience with the U.S. Naval Research Laboratory. The following in SECTION M has been modified to include additional information: M-3RATING AND METHODOLOGY FOR TECHNICAL FACTOR (b) Rating Methodology 1. The evaluation will be based on a complete assessment of the Offeror's technical (to include both sample task order proposals), past performance information, and cost proposal. Within the best value continuum, the Government will employ a price/technical tradeoff analysis of both price and nonprice factors (FAR 15.101-1) in evaluating each proposal submitted. Of the nonprice evaluation criteria past performance is more important than technical and when combined, they are significantly more important than cost or price. Trade-off considerations may result in the determination that it is in the best interest of the Government to award to other than the lowest-priced Offeror or other than the highest technically rated Offeror.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/ONR/N00173/N00173-19-R-LN04/listing.html)
- Place of Performance
- Address: Naval Research Laboratory, 4555 Overlook Avenue, SW, Washington, District of Columbia, 20375, United States
- Zip Code: 20375
- Zip Code: 20375
- Record
- SN05444582-W 20190915/190913230916-e5e71d8d3bc574b98d41c8a55d4b2df4 (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 |