Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 12,1996 PSA#1719

Department of the Navy, Carderock Division, Naval Surface Warfare Center, 9500 MacArthur Blvd, West Bethesda, MD 20817-5700

A -- A-ENGINEERING AND ANALYTICAL SUPPORT SERVICES FOR NAVAL MACHINERY RESEARCH AND DEVELOPMENT PROGRAMS SOL N0016797R0002 DUE 043097 POC Susan Holmes, Contract Specialist (410) 293-5392, Facsimile: (410) 293-2638; William J. Barnes, Contracting Officer. This synopsis is being republished due to the number of administrative errors detected on the original submission. The original submission was identified as N0016796R0085 and appeared in the CBD on 15 October 1996. A modification to the original submission was also made changing the solicitation number from N0016796R0085 to N0016797R0002. All business concerns that have forwarded their request, under either RFP number, have been placed on the bid list and will receive a copy of the solicitation when it is available. If confirmation is required, please contact the contract specialist (410) 293-5392. Duplicate requests for RFP are not necessary. The corrected synopsis is as follows: The Naval Surface Warfare Center, Carderock Division, Annapolis Detachment (NSWCCD/AD) intends to pursue on an unrestricted basis, a competitive Cost Plus Fixed Fee Indefinite Delivery/Indefinite Quantity (IDIQ) type contract for the procurement of Engineering and Analytical Support Services for Naval Machinery and Development Programs. The solicitation requests the offeror provide Navy-oriented engineering and analytical services in support of research and development; testing and evaluation of projects associated with technology and related disciplines used in the development of Naval machinery systems. A variety of interrelated programs require effort in program planning and management; shipboard technology research; analysis testing; data reduction; presentation; report generation; and R&D prototype hardware. Evaluation and award for this procurement will be on a ''Best Value'' basis to the Government based on a written proposal and possibly an oral presentation discussing the offeror's proposed technical/management approach for supporting this program. The contemplated period of performance will be five (5) years and individual tasks will be initiated via issuance of delivery orders. Delivery orders will be on a completion basis. Projects will include, but are not be limited to, engineering and analytical support services in the following areas: new hull mechanical and electrical devices; development of analytical and finite element models; evaluation of Navy equipment applications and trade-off assessments of component characteristics; conduct of material studies and testing; reduction of infrared, acoustic, and electromagnetic signatures; identification of machinery manning requirements; human factor analysis; product reliability and maintainability; system interface; and functional component analysis. Contractor facilities, data storage devices, and Key Personnel must possess or have the ability to obtain, prior to award, a security classification up to the level of SECRET. Contractor physical location must be within a two hour commuting distance to NSWCCD locations in Carderock and Annapolis MD and Philadelphia PA in order to support frequent unscheduled equipment tests and program reviews. This follow-on procurement is unrestricted as to business size and is classified under SIC Code 8711. Offerors who are a large business concern under the subject SIC Code are notified of the requirement to submit an acceptable subcontracting plan IAW FAR 19.7 and DFARS 219.7. Additionally, the subcontracting plan must establish a 5% SDB goal and a 5% women owned small business goal. Anticipated availability date for this solicitation package is o/a 1 December 1996 with closing 45 to 60 days thereafter. All responsive and responsible sources that submit an offer will be considered. Prospective offerors are advised that the Government intends on pursuing a direct award without discussion, with a single offeror whose proposal is considered to represent the best value to the Government, taking into account technical quality, past performance, and cost considerations. As always, the Government reserves the right to conduct discussions if considered necessary. All requests for this solicitation should be submitted in writing to: NSWCCD/AD, 3A Leggett Circle, Code 3311(A), Attn: Ms. Susan Holmes, Annapolis MD 21402-5067, marked for N00167-97-R-0002. Fax requests for the RFP package should be forwarded to (410) 293-2638. (0312)

Loren Data Corp. http://www.ld.com (SYN# 0001 19961108\A-0001.SOL)


A - Research and Development Index Page