SOLICITATION NOTICE
A -- Scientific and Engineering Services for Off-Board Electronic Warfare
- Notice Date
- 5/21/2024 1:04:20 PM
- Notice Type
- Presolicitation
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- NAVAL RESEARCH LABORATORY WASHINGTON DC 20375-5328 USA
- ZIP Code
- 20375-5328
- Solicitation Number
- N0017324R0002
- Response Due
- 6/4/2024 1:00:00 PM
- Archive Date
- 06/19/2024
- Point of Contact
- Connor Murphy, Sonya Diaz De Leon
- E-Mail Address
-
connor.j.murphy14.civ@us.navy.mil, sonya.a.diazdeleon.civ@us.navy.mil
(connor.j.murphy14.civ@us.navy.mil, sonya.a.diazdeleon.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a presolicitation notice IAW FAR Subpart 5.2. For solicitation purposes, in order to review the Statement of Work (SOW), Contractors must be certified through the Defense Logistics Information Services� (DLIS) Joint Certification Program in order to access Controlled Unclassified Information (CUI) or Export Controlled information in Contract Opportunities.� See the DLA website for the Joint Certification Program:� https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/. Any inconsistent information between SAM.gov and JCP will result in a rejection of the SOW request at time of solicitation posting. The Naval Research Laboratory (NRL) intends to issue a solicitation for Research & Development (R&D) in the High Power Electromagnetic and Countermeasure Technology areas. The primary mission of the NRL Tactical Electronic Warfare Division (TEWD), is to plan, guide, and conduct research that provides the technology base necessary for the development and effective utilization of off-board electronic warfare (EW) systems. With the development of asymmetric and conventional military threats such as the emergence of sophisticated anti-ship cruise missiles, continuing R&D, as well as the rapid development and implementation of improved ship defense electronic countermeasure (ECM) systems, are essential to support fleet missions. The contractor shall provide comprehensive R&D, design, development, fabrication, logistics, systems engineering, test and evaluation, and contractor management of assigned tasks. The tasking is broken down into the following areas: Requirements and Performance Analysis of Concepts and Systems Off-board Systems Analysis and Development System Design, Engineering, and Prototyping Test and Evaluation of Concepts and Systems Information Systems and Network Management Program Implementation, Administrative and Management Support Security Requirements It is anticipated that an award will be made utilizing FAR Part 15 with a five (5) year period of performance, including a one (1) year base period and four (4) option periods. It is anticipated that the resultant contract will be awarded as Cost-Plus-Fixed-Fee (CPFF) Term type contract with Cost only line items for ODCs. Contract award will be made based on best value to the Government through the tradeoff source selection process. The proposed contract is a total small business set-aside. The North American Industry Classification System (NAICS) code for this procurement is 541715, with a Small Business Size Standard of 1,000 employees. This is a presolicitation notice; no solicitation has been issued. Therefore, do not request a copy of the solicitation. It is anticipated that the solicitation will be made available via SAM (https://www.sam.gov) in June 2024. To be eligible for award, Offerors must have an active registration in the SAM database. Offerors may obtain registration information at https://www.sam.gov. The solicitation may be accessed electronically only via the SAM website. Offerors are responsible for routinely checking the SAM website for solicitation amendments that may be issued. Email is the only form of communication that will be accepted. Please do not call. Paper copies of the solicitation will not be issued. Location: The primary place of performance is the Naval Research Laboratory, Washington D.C. 20375. The incumbent contractor is: Envisioneering, Inc. 5904 Richmond Highway, Suite 600 Alexandria, VA 22303
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2fdfcb39ee5548d1b2500c3a95bef55a/view)
- Place of Performance
- Address: Washington, DC 20375, USA
- Zip Code: 20375
- Country: USA
- Zip Code: 20375
- Record
- SN07071340-F 20240523/240521230048 (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 |