SOLICITATION NOTICE
A -- Tactical Combat and Electronic Warfare Systems Research and Development
- Notice Date
- 10/7/2024 10:11:57 AM
- 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
- N0017325RGG04
- Response Due
- 10/22/2024 11:00:00 AM
- Archive Date
- 11/06/2024
- Point of Contact
- Gabrielle Giles, Rick Savelli
- E-Mail Address
-
gabrielle.l.giles.civ@us.navy.mil, rick.n.savelli.civ@us.navy.mil
(gabrielle.l.giles.civ@us.navy.mil, rick.n.savelli.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 The Naval Research Laboratory (NRL), Tactical Electronic Warfare Division (TEWD), Electronic Warfare Modeling and Simulation (EWM&S) Branch is seeking engineering support services in a variety of disciplines related to Tactical Electronic Warfare (EW) and Combat Systems (CS) Research and Development (R&D). The areas of interest include: systems engineering, combat systems analysis, Electronic Attack (EA) and Electronic Support (ES) systems performance, EW tactics development, test and evaluation (T&E), data collection, and computer modeling and simulation (M&S). The mission of the EWM&S Branch is to develop and utilize M&S tools for the effectiveness evaluation of present, proposed, and future EW concepts, systems, and configurations for aircraft and ship systems. TEWD�s work is conducted across several functional areas to include: collection and formulation of basic requirements and determination of EW effectiveness criteria; survey of EW candidate systems for inservice capabilities, state-of the-art, and R&D technology; development of tools required to conduct effectiveness evaluations; systematic application of tools and procedures in the evaluation of EW systems; and reporting of individual candidate evaluation results to both identify R&D requirements and to permit comparison with other candidates. The scope of this effort covers a broad range of R&D needed to support TEWD in a variety of disciplines related to EW and computer M&S applications. Specific tasking required is as follows: Task Area 1 � Systems Engineering Task Area 2 � Hardware Development Task Area 3 � Fleet/Live Fire Events Task Area 4 � Computer Modeling and Simulations Task Area 5 � Infrastructure Task Area 6 � Data Collection Task Area 7 � Technical Support The Statement of Work (SOW), �Tactical Combat and Electronic Warfare Systems Research and Development,� is included as Attachment 1 hereto. It is anticipated that an Offeror will need to be determined capable/acceptable in at least two of the seven task areas listed in the SOW to be eligible for award. It is anticipated that a Multiple-Award Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract will be awarded with a five-year ordering period utilizing FAR Part 15 procedures. Task orders are expected to be issued on a Cost-Plus-Fixed-Fee (term or completion) basis. 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 pre-solicitation notice; no solicitation has been issued. Therefore, do not request a copy of the solicitation. 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. It is anticipated that the solicitation will be made available via SAM (https://www.sam.gov) by 31 October 2024. 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. The primary place of performance is the Naval Research Laboratory,Washington D.C. 20375. The incumbent contractors are: Cutlass Systems Engineering LLC 10041 Bluebell Way Laurel, MD 20723-6035 Envisioneering, Inc. 5904 Richmond Highway, Suite 300 Alexandria, VA 22303-1864 R&M Technology Solutions LLC 5904 Richmond Highway, Suite 300 Alexandria, VA 22303-1864 Remcom, Inc. 315 S. Allen St., Suite 416 State College, PA 16801-4852 Technologies Service Corporation 251 18th St. S., Suite 705A Arlington, VA 22202-3541 Attachment(s): 1. DRAFT MAC IDIQ SOW
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/04acd733466a4a7bbc461865668b01cc/view)
- Place of Performance
- Address: Washington, DC 20375, USA
- Zip Code: 20375
- Country: USA
- Zip Code: 20375
- Record
- SN07234689-F 20241009/241007230105 (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 |