J -- Network Integration Engineering Facility Engineering Services

expired opportunity(Expired)
From: Federal Government(Federal)
N66001-16-R-0075

Basic Details

started - 14 Nov, 2017 (about 6 years ago)

Start Date

14 Nov, 2017 (about 6 years ago)
due - 04 Jan, 2018 (about 6 years ago)

Due Date

04 Jan, 2018 (about 6 years ago)
Pre-Bid Notification

Type

Pre-Bid Notification
N66001-16-R-0075

Identifier

N66001-16-R-0075
Department of the Navy

Customer / Agency

DEPT OF DEFENSE (709039)DEPT OF THE NAVY (156968)SPAWAR (5389)SPAWAR PACIFIC (3576)NIWC PACIFIC (3576)
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.

Network Integration Engineering Facility Engineering Services Contract The Space and Naval Warfare Systems Center Pacific (SSC Pacific) Products and Systems Production Branch has a requirement to provide engineering services for the Support for the Network Integration Engineering Facility (NIEF). The NIEF is a services project that supports multiple programs of record, such as Consolidated Afloat Network Enterprise Systems (CANES), Automated Digital Network System (ADNS), Integrated Shipboard Network System (ISNS), Submarine Local Area Network (SubLAN) and Cryptographic Modernization. The requirement includes support of rapid-design and integration of Commercial Off the Shelf/Government Off the Shelf (COTS/GOTS) and Non- Developmental Items (CANDI) for military applications and Equipment Qualification Test (EQT) services that necessitate rapid response to a large number of high priority warfighter technical assists. The NAICS code for this procurement is 541330, and the service code
is J059. For this requirement, SSC Pacific posted a market survey to determine small business capability on SPAWAR E-Commerce Central on 10 May 2016, reference number MKTSVY_11A206. Based upon evaluation of the responses to the market survey, SSC Pacific intends to compete the full scope of the requirement as a 100% Small Business Set-Aside. The full scope of the requirement is described in the Statement of Work. The SSC PAC Small Business Office (SBO) concurred with the acquisition strategy decision. SPAWAR Systems Center Pacific intends to issue a solicitation (RFP N66001-16-R-0075) for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract. The Government reserves the right to make award to a single offeror or multiple offerors. The CLIN structure will include Cost Plus Fixed Fee (CPFF) CLINs for engineering services as well as cost reimbursement type CLINS for Other Direct Costs (ODC) and cost reimbursement CLINs for materials. The proposed contract is expected to have a base period of one year, followed by four additional option years, for a total maximum ordering period of five years for continued mission support. The ODC and material CLINs will be non-fee bearing. The annual estimated level of effort is 252,096 hours. The estimated release date of the solicitation is 30 November 2017. THIS IS NOT A REQUEST FOR PROPOSALS. THIS IS FOR INFORMATIONAL PURPOSES ONLY. Electronic copies of the solicitation, when released, will be available for download via the Space and Naval Warfare Systems Command E-Commerce Web Page at https://e- commerce.sscno.nmci.navy.mil under SSC PACIFIC - Open Solicitations. For questions concerning this action, contact Jeremy Shull, Contract Specialist, jeremy.shull@navy.mil, 619-553-4467. Anticipated Acquisition Strategy Information N66001-16-R-0075 Contract Type Single Award, Indefinite Delivery, Indefinite Quantity CLIN Structure/Types Cost Plus Fixed Fee/Cost Reimbursement 1. Cost Plus Fixed Fee (Engineering Services) 2. Cost (Materials) 3. ODC (Travel, incidental materials) Total Estimated Hours (Base plus all options) 1,260,480 Period of Performance One base year plus four options (one year, each) Source Selection Strategy Best Value Tradeoff Written Capability Information (No Oral Presentations) Evaluation Factors: 1. Organizational Experience 2. Material Management 3. Past Performance Historical Workload Historically, SSC Pacific and its sponsors have awarded approximately 70 - 80 task orders per year. This workload is provided for informational purposes only and shall not be construed as forecasted/anticipated workload under the contract resulting from this solicitation.

53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001Location

Place Of Performance : 53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001

Country : United StatesState : Wisconsin

You may also like

Classification

541 -- Professional, Scientific, and Technical Services/541330 -- Engineering Services
naicsCode 541330Engineering Services
pscCode JMaintenance, Repair and Rebuilding of Equipment: Ores, Minerals, and Their Primary Products