Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 22, 2022 SAM #7695
SOLICITATION NOTICE

R -- NAVIFOR MOC TYCOM Support & IW Requirements and Programs

Notice Date
12/20/2022 8:45:46 AM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N0018923R0009
 
Archive Date
01/31/2023
 
Point of Contact
Amy Barnes, Phone: 757-443-1343, Elizabeth Phelps, Phone: 757-443-1326
 
E-Mail Address
amy.m.barnes14.civ@us.navy.mil, elizabeth.a.phelps14.civ@us.navy.mil
(amy.m.barnes14.civ@us.navy.mil, elizabeth.a.phelps14.civ@us.navy.mil)
 
Description
The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk Contracting Department, Norfolk, VA 23511-3392, intends to award a single indefinite-delivery indefinite-quantity (IDIQ) type contract with firm-fixed price provisions for services using the policies and procedures of FAR Part 12, Acquisition of Commercial Items; FAR Part 15, Contracting by Negotiation; and FAR Subpart 16.5, Indefinite-Delivery Contracts. One request for information (RFI)/sources sought notice (number NAVIFORTYCOMDUMMYPR01) associated with this solicitation was posted on 14 October 2022 to identify interested sources and to obtain feedback on the draft Performance Work Statement. As a result from the information obtained from responses to the� RFI/sources sought notice, this requirement will be solicited under full and open competition. The NAICS code applicable to this procurement is 541330, Engineering Services. The current size standard is $25.5 million. The Federal Supply Classification is R425, Support-Professional: Engineering/Technical. The anticipated primary performance location is at the Naval Information Forces (NAVIFOR) facility, located at 115 Lake View Parkway, Suffolk, VA 23435. Additional performance locations may be identified at the following: A 50-mile commuting radius of Hampton Roads, Tidewater Area (identified as Virginia Beach, Suffolk, Portsmouth, Hampton, Newport News, Chesapeake, and Williamsburg). A 50-mile commuting radius of NAVIFOR West, located at 1482 Read Road, San Diego, CA 92135. A 50-mile commuting radius of Ft Meade, MD to include the bordering areas of Virginia, Maryland and District of Columbia. This requirement is for contractor support for NAVIFOR will provide a broad range of technical services to address wholeness gaps and Operational Level of War (OLW) manpower, personnel, training and education (MPT&E) issues across the range of OLW/Maritime Operations Center (MOC) activities as articulated in the annual OLW/MOC Integrated Priorities Capability List (IPCL). Specifically, contractor support will work MPT&E and capability assessment issues identified in the OLW/MOC IPCL to develop solutions in the areas of operational planning, operational assessment, maritime targeting, and the integration of kinetic and non-kinetic capabilities. Contractor will also provide the Command and Control (C2) and maritime fires expertise necessary to collaborate with OLW stakeholders and engage MOC personnel via the Fleet MOC Standardization Council (FMSC) Requirements Working Group. They will provide mission area capability assessments in the areas of C2, Ballistic Missile Defense (BMD) and maritime fires in order to refine capability gaps and identify or develop appropriate solutions across the�Doctrine, Organization, Training, Materiel, Leadership and Education, Personnel, Facilities, and Policy�(DOTMLPF-P) spectrum. The performance period for this acquisition is anticipated to be a five (5) year ordering period and the�FAR 52.217-8 option to extend services for six (6) months. The period of performance to start on 5/1/2023 through 11/1/2028 (including the six (6) month extended services option). The solicitation is expected to be available around January 17, 2022. Dates in this notice are projected and may change without modifying this notice. The solicitation, any documents related to this procurement, and all amendments issued will be in electronic form.�The solicitation is not yet available. Once available, the solicitation will be posted to this site (System for Award Management or SAM, https://sam.gov.). All responsible sources may submit a proposal that will be considered by the government. By submitting a proposal, the offeror will be self-certifying that neither the principal corporate officials nor owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the proposal. By submission of a proposal, the offeror acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from the solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make an offeror ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at https://www.sam.gov. Please direct all questions regarding this requirement to Amy Barnes at amy.m.barnes14.civ@us.navy.mil and Elizabeth Phelps at elizabeth.a.phelps14.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1cbdd1bce9ed4c588b58bcfbb9279652/view)
 
Record
SN06548225-F 20221222/221220230117 (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.