Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 12, 2020 SAM #6862
SOURCES SOUGHT

A -- Environmental and Ship Motion Forecasting (ESMF) System

Notice Date
9/10/2020 2:55:10 PM
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
NSWC CARDEROCK BETHESDA MD 20817-5700 USA
 
ZIP Code
20817-5700
 
Solicitation Number
N0016720R0010
 
Response Due
9/21/2020 11:00:00 AM
 
Archive Date
10/06/2020
 
Point of Contact
Ramone A. Pierce, Phone: (757) 492-4205, Matthew Aponte, Phone: 7574924144
 
E-Mail Address
ramone.a.pierce@navy.mil, matthew.aponte1@navy.mil
(ramone.a.pierce@navy.mil, matthew.aponte1@navy.mil)
 
Description
ADVANCE NOTICE / SOURCES SOUGHT Environmental and Ship Motion Forecasting System (ESMF) Naval Surface Warfare Center, Carderock Division (NSWCCD) � � THIS IS NOT A REQUEST FOR PROPOSAL � AWARD OF A CONTRACT WILL NOT BE MADE AS A RESULT OF THIS NOTICE.� ADDITIONALLY, CONTRACTORS WILL NOT BE COMPENSATED FOR COSTS RELATED TO RESPONSE PREPARATION AND/OR SUBMITTAL.� � Naval Surface Warfare Center Carderock Division�s (NSWCCD) Naval Architecture and Engineering Department (Code 80) performs fundamental and applied research, engineering and naval architecture on surface ships, combatant craft, and submarines in the areas of hull forms; propulsion; platform dynamics; hydrodynamics; and conceptual, preliminary, & contract design including analysis of alternatives, specifications development, and general arrangements.� Code 80 engineers and scientists utilize a variety of computational tools to perform virtual modelling, simulation, design, computer drafting, and analysis.� Scaled (physical) model testing occurs within linear tow basins, cavitation tunnels, wind tunnels, and maneuver and seakeeping basins.� Full-scale model and platform testing is conducted �at sea� including near-shore and open-ocean environments.� NSWCCD is seeking sources to provide Environmental and Ship Motion Forecasting System (ESMF) system to provide sea-based forces with environmental and ship motion forecasting as input to the Common Operation Tactical Picture (COTP), in order to forecast windows of opportunity for inter/intra-ship material and personnel movement. It is intended that the Task Order (TO) provide the flexibility for standard, urgent, complex or other support situations in fulfillment of the Government�s needs.� The performance of these services may be required at contractor facilities, Government facilities, fleet operational sites, forward-deployed sites, or repair and industrial facilities. The contractor may be required to work on various projects at several sites simultaneously.� The contractor shall be responsible for ensuring the requirements of work assignments, as tasked by individual Technical Instructions (TIs) issued under to TO, are met.� The contractor shall be capable of supporting short term and long term travel efforts both CONUS and OCONUS, with personnel from various labor categories.� �� It is anticipated 9,000 man-hours of technical support will be needed in the base year, 9,000 man-hours in year two, 9,000 man-hours in year three, 9,000 �man-hours in year four, and 9,000 man-hours in year five for a total of 45,000 man-hours. North American Industry Classification System (NAICS) Code: 541712 � Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology) � Small Business Size Standard:� 1,000 Size standards in number of employees (For more information about Size Standards, refer to http://www.sba.gov. Draft Statement of Work (SOW):� A draft SOW for the required services is provided as Attachment 1 to this Source Sought notice.� Interested firms are requested to submit comments on the Draft SOW Industry Question Sheet (Attachment 2) by the due date provided in the submission instructions below.� Incumbent: Applied Physical Sciences Corp, 475 Bridge Street STE 100, Groton, CT 06340. Expected Contract Type:� A non-performance based Cost-Plus-Fixed Fee (CPFF) task order is anticipated.� The Government anticipates utilizing the best value trade-off source selection process in the evaluation of proposals.� Period of Performance:� Potential period of performance of five years; one (1) 12-month base period and four (4) 12 month option periods Submission Instructions:� Included with this Advance Notice and Sources Sought are a draft Statement of Work (SOW), draft labor categories and qualifications that will be included as an attachment to the solicitation and resulting TO,� and draft solicitation evaluation factors .� The Government anticipates making future decisions regarding the acquisition strategy for this procurement based on comments, questions, and market research questionnaire responses. Interested parties are requested to submit comments on the draft SOW with the following information: �(1) A complete description of the offeror�s capabilities (including technical, program management, prototyping, etc.) related experience, facilities, techniques, or unique combination of factors that would directly relate to the Government�s objectives as stated in the attached SOW, (2) The qualifications, capabilities, and experiences of Contractor employees, who would be available to support this effort, (3) Demonstrated ability to obtain security clearances at the time of contract award for all personnel expected to provide support in accordance with the above requirement, (4) A summary of previous corporate experience relevant to the SOW obtained within at least the last five years together with applicable Government contract numbers and Government technical and contract points of contact with current telephone numbers, (5) A corporate roadmap on how labor categories not currently fulfilled by existing company personnel plan to be filled by the contract award date, (6) Statement as to the existence of a corporate DCAA-approved accounting system for cost-type contracts or evidence of the ability to obtain DCAA approval by the contract award date, (7) Any potential subcontracting arrangements being considered at this time.� If subcontracting is contemplated, the capabilities statement shall contain sufficient information concerning the planned subcontracting arrangements to assure the Government that the limitations in FAR 52.219-14 can be met. �These limitations require that at least 50% of the cost of contract performance incurred for personnel will be expended for employees of the prime contractor. Note:� The requested information is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued nor will the Government pay for the information solicited.� All information and data received in response to this sources sought marked or designated a corporate proprietary information will be fully protected and held in strict confidence. Interested parties are encouraged to respond to this Notice with questions, comments and completed questionnaires as soon as possible, but no later than 2:00 pm EST 21�September 2020.� Responses shall be submitted to Ramone Pierce, Contract Specialist, at ramone.a.pierce@navy.mil �and Matthew Aponte, Contracting Officer at matthew.aponte1@navy.mil.� The Government does not intend on responding directly to any offeror and information submitted will not be made publically available to other interested parties.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b7214cfb04c84ec3970d5c2abffef4e8/view)
 
Place of Performance
Address: Bethesda, MD 20817, USA
Zip Code: 20817
Country: USA
 
Record
SN05793919-F 20200912/200910230153 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.