Engineering and Technical Support Services for Engineering Operational Sequencing System

expired opportunity(Expired)
From: Federal Government(Federal)
N64498-23-RFPREQ-PD-31-0013

Basic Details

started - 29 Nov, 2022 (17 months ago)

Start Date

29 Nov, 2022 (17 months ago)
due - 15 Dec, 2022 (16 months ago)

Due Date

15 Dec, 2022 (16 months ago)
Bid Notification

Type

Bid Notification
N64498-23-RFPREQ-PD-31-0013

Identifier

N64498-23-RFPREQ-PD-31-0013
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

SUBJECT: Engineering and Technical Support Services for Engineering Operational Sequencing System (EOSS), Code 31 THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential firms under SeaPort-NxG capable of providing the supplies/services described herein prior to determining the method of acquisition. CONTRACTING OFFICE ADDRESS: N64498 NAICS CODE: 541330/ $38.5 Size Standard CLASSIFICATION CODE (PSC/FSC): R425 INCUBMENT: N6449818F3001 PREVIOUS STRATEGY: Small Business Set-Aside TECHNICAL CODE: Code 31 ANTICIPATED AWARD DATE: Q4 FY23 ANTICIPATED SET-ASIDE: Unrestricted CONTACT POINTS: Destiny Speller Contract Type - A performed based Cost-Plus-Fixed-Fee (CPFF) order is anticipated. This requirement will be awarded based on best value evaluation criteria. Period of Performance - The performance period will five (5) years with one (1) base year and four (4) additional option years. Personnel Security Clearance - All personnel
performing under this order shall possess a SECRET level security clearance. Work Location Requirements - Norfolk, VA; San Diego, CA; Pascagoula, MS; Bath, ME; Marinette, WI; Mobile, AL; Mayport, FL; Key West, FL; Pearl Harbor, HI; Yokosuka, JA; Bremerton, WA; Everett, WA; Philadelphia, PA; Alameda, CA; Lockport, LA; Miami, FL; New Orleans, LA; Sasebo, JA; Guam; Dubai, UAE; Singapore Due to the possible sensitive work and areas in which work may be performed, all Contractor’s key personnel shall have or ability to secure a security clearance at the SECRET level and any classified documents and reports received or generated by the Contractor shall be classified up to and including Secret Level in accordance with the DD Form 254 “Contractor Security Classification Specification.” Scope - The Naval Surface Warfare Center Philadelphia Division (NSWCPD) is a Department of Defense entity responsible for research and development, test and evaluation, and engineering and fleet support organization for the Navy’s ships, submarines, military watercraft and unmanned vehicles. This requirement is for NSWCPD Division 31 and its main requirement is for Code 313, which is responsible for technical data development, maintenance, and management of the Engineering Operational Sequencing System’s (EOSS) procedures and diagrams which Navy Ships are required to utilize in accordance with OPNAVINST 9200.3 series. U.S. Coast Guard Ships are required to utilize in accordance with COMDINST M9000.6 series. Capability Statements: Interested SeaPort-NxG businesses are invited to submit capability statements, not to exceed 5 double spaced, single-sided pages in length, demonstrating their ability to fulfill this requirement. Capability Statements must address, at a minimum the following: Section 1: Introduction. Identify the Sources Sought Number and Title Section 2: Corporate Description. Name of Company and address Prime contract number Ownership, including whether: Small, Small Disadvantaged Business (SDB), 8(a), Women-Owned Small Business (WOSB), HUBZone, or Service Disabled Veteran-Owned Small Business (SDVOSB) Points of contact, including: Name, title, phone, and e-mail address CAGE Code and DUNS Number (1) A complete description of the offeror’s capabilities (including technical, program management, prototyping, etc.) related experience, facilities, techniques, or unique combination of factors that would directly relate to the Government’s objectives as stated in the attached PWS, (2) The qualifications, capabilities, and experiences of Contractor employees, who would be available to support this effort, (3) Demonstrated ability to obtain security clearances at the time of contract award or within 45 days for all personnel expected to provide support in accordance with the above requirement; Section 2. Past/Current Performance. Suggested language: Provide one (1) example of prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described in the Draft SOW. Section 3. Technical Response. Provide a detailed technical response that addresses the tasks identified in the Draft SOW. Information should include: Contractor’s Facility Clearance (if required, this should be filled out by the negotiator) Statement regarding capability to obtain the required industrial security clearances for personnel (if required, this should be filled out by the negotiator) The contractor’s ability to manage, as a Prime contractor, the types and magnitude of all tasking in the SOW Contractors technical ability, or potential approach to achieving technical ability, to perform at least 51% of the cost of the SeaPort-NxG Task Order with its’ own employees in accordance with FAR 52.219-14 The contractor’s capacity, or potential approach to achieving capacity, to execute the requirements of the SOW. This response should include a discussion of resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located at the locations specified Contractor’s ability to begin performance upon contract award. A statement that the contractor either has or does not have an approved accounting system, as required in Federal Acquisition Regulation (FAR) 16.301-3(a)(3) for cost-reimbursement contracts. Attachment (1) DRAFT Statement of Work (SOW) Note: The requested information is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued nor will the Government pay for the information solicited. All information and data received in response to this sources sought marked or designated a corporate proprietary information will be fully protected and held in strict confidence. Note: Prior to the award of a cost-type task order, the Federal Acquisition Regulation (FAR) SubPart 16.301-3(a) requires that the contractor’s accounting system be determined adequate for considering costs applicable to the contract or order. No telephone responses will be accepted. No contractor response received after the advertised due date and time will be accepted. No exceptions to this receipt deadline will be granted under any circumstances. Questions or comments must be posted to the SeaPort-NxG Portal/submitted via email. Responses must be received no later than the closing date of this market research as indicated on SAM by e-mail to Destiny.Speller@navy.mil.

PHILADELPHIA, PA, 19112-1403, USALocation

Place Of Performance : PHILADELPHIA, PA, 19112-1403, USA

Country : United StatesState : Pennsylvania

You may also like

INTERNATIONAL, OPERATIONAL, TECHNICAL, OPERATION, AND PROFESSIONAL SUPPORT SERVICES

Due: 29 Sep, 2024 (in 5 months)Agency: CENTERS FOR DISEASE CONTROL AND PREVENTION

TECHNICAL DEVELOPMENT SUPPORT SERVICES

Due: 23 Aug, 2025 (in 16 months)Agency: INTERNAL REVENUE SERVICE

TECHNICAL AND ENGINEERING SUPPORT SERVICES FOR CEOU

Due: 28 Aug, 2026 (in about 2 years)Agency: FEDERAL BUREAU OF INVESTIGATION

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAICS CodeCode 541330
Classification CodeCode R425