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