MODIFICATION
R -- ENGINEERING SUPPORT FOR ADVANCED POWER SYSTEMS
- Notice Date
- 11/16/2022 3:23:22 PM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NSWC PHILADELPHIA DIV PHILADELPHIA PA 19112-1403 USA
- ZIP Code
- 19112-1403
- Solicitation Number
- N6449823R4011
- Response Due
- 12/2/2022 9:00:00 AM
- Point of Contact
- Megan Lamiotte, William O'Tormey, Phone: 2674433219
- E-Mail Address
-
megan.a.lamiotte.civ@us.navy.mil, william.j.otormey.civ@us.navy.mil
(megan.a.lamiotte.civ@us.navy.mil, william.j.otormey.civ@us.navy.mil)
- Description
- Scope � The Naval Surface Warfare Center, Philadelphia Division (NSWCPD) is seeking sources to provide engineering support for electrical power and propulsion systems across various acquisition life cycle phases of U.S. Navy ships, submarines, and other naval assets. It is anticipated 61.3 man-years of technical support will be needed each year of the contract, for a total of five (5) years, and 306.4 man-years. Incumbent � This work is currently being performed under contract N6449818D4011 by Life Cycle Engineering, Inc. Contract Type � A single award Cost-Plus-Fixed-Fee (CPFF) Indefinite Delivery, Indefinite Quantity (IDIQ) type contract with both CPFF and Firm-Fixed-Price (FFP) ordering provisions is anticipated.� Task orders will be issued under the resultant contract as one of the following: (1) CPFF Term (i.e. Level-of-Effort (LOE)); (2) CPFF Completion type, or (3) FFP. Ordering Period/Period of Performance � The ordering period shall be sixty (60) months from date of award. The period of performance shall be seventy-two (72) months from date of award. Award is anticipated to be August 2023. Personnel Security Clearance � Personnel performing under this order shall possess a SECRET level security clearance; interim clearances are acceptable. Responses�- This sources sought is being issued to identify those businesses with the required expertise which may be interested in responding to a formal solicitation.� Interested businesses are invited to submit a capability statement, not to exceed 5 double spaced, single-sided pages in length, describing their ability to fulfill this requirement.� Please include supporting materials that discuss your company�s competence, experience, and overall understanding of the requirements. Responses must include the following: (1) ������ Name of Company and Address; Point of Contact Info (including name, title, phone number, e-mail address);�Company CAGE Code and DUNS Number Ownership, including whether: Small, Small Disadvantaged Business (SDB), 8(a), Women-Owned Small Business (WOSB), HUBZone, or Service Disabled Veteran-Owned Small Business (SDVOSB) (2) A complete description of the offeror�s capabilities (including technical, program management, 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, (3) The qualifications, capabilities, and experiences of Contractor employees, who would be available to support this effort. The requested information is for planning purposes and does not constitute a Request for Proposal (RFP). This notice shall not be construed as a contract, a promise to contract, or as a commitment of any kind by the Government. The Government is NOT seeking or accepting unsolicited proposals. � The Government WILL NOT PAY for any information provided as a result of this notice, and the Government will not compensate the respondent for any cost incurred in developing the response to this notice. The Government will not release any information marked with a proprietary legend received to any firms, agencies, or individuals outside the Government without written permission in accordance with the legend. Please be advised that all submissions become Government property and will not be returned. Note: Prior to the award of a cost-type task order, the Federal Acquisition Regulation (FAR) 16.301-3(a) requires the contractor�s accounting system be determined adequate for considering costs applicable to the contract or order.� No contractor response received after the advertised due date and time will be accepted.� Responses requested by 12:00pm EDT on 2 December 2022 by e-mail to Megan Lamiotte, Contract Specialist (megan.a.lamiotte.civ@us.navy.mil) and William O�Tormey, Contracting Officer (william.j.otormey.civ@us.navy.mil). No telephone responses will be accepted.� Milestones � It is anticipated that procurement milestones will occur on or around the following dates: Set Aside Determination:� �December 2022 Solicitation Issues:� � � � � � �February 2023 � Solicitation Closed:� � � � � � March 2023 Award Date:� � � � � � � � � � � �August 2023� Performance Start:� � � � � � �September 2023�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ef2485a024e9476e8015836c231dd601/view)
- Place of Performance
- Address: Philadelphia, PA 19112, USA
- Zip Code: 19112
- Country: USA
- Zip Code: 19112
- Record
- SN06519065-F 20221118/221116230101 (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 |