Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2002 FBO #0049
SOLICITATION NOTICE

B -- Strategic and Technology Project planning analysis of submarine payloads

Notice Date
1/18/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Division Newport, Simonpietri Drive, Newport, RI, 02841-1708
 
ZIP Code
02841-1708
 
Solicitation Number
N66604-02-Q-1512
 
Response Due
1/25/2002
 
Archive Date
2/9/2002
 
Point of Contact
Constance Garand, Contract Negotiator, Phone 401-832-1486, Fax 401-832-4820,
 
E-Mail Address
garandcw@npt.nuwc.navy.mil
 
Description
This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Request For Quotation (RFQ) number is N66604-02-Q-1512. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-17. This is 100% set-aside for small business. NAICS Code is 541330; size standard is $20million. NUWC Division Newport intends to purchase the following items: As a follow-on to Phase I, Performance will be at the contractor's facility. The Government intends to award a sole source, firm fixed price purchase order to ADI Technology Corporation, Alexandria, VA. Required delivery is one (1) year after award, F.O.B. Destination Naval Station Newport; Newport, RI. ADI is the only qualified vendor at this time to perform these studies because the skills in which ADI has expertise. As a follow on to phase I, it is critical that ADI continues to perform this effort during phase II in order to provide continuity to assess the adequacy of the new strategic planning processes and analysis methodologies developed during phase I. CLIN 0001: Task A: The contractor shall provide engineering, technical and scientific consultation services concerning future submarine payloads. Perform special analysis, evaluations and assessments and recommend specific areas of interest, opportunities and future direction for Code 40. This includes participation in meetings, briefings and conferences related to strategic planning. Provide assessments, recommendations, and viewpoints to the Code 40-management team in the following areas in relation to Department strategic initiatives: Future direction ? Assess Navy/DOD current goals and anticipate future goals and how they impact all organizations of the submarine community and identify potential opportunities and threats for Code 40. Assess NAVSEA/PEO's/Industry/Shipyards-goals and recommend how Code 40 can best integrate with those organizations and position Code 40 to successfully assume appropriate roles and responsibilities in emerging opportunities. Future direction ? Conduct analyses of Code 40 near-term/mid-term/long-term goals and strategic initiatives resulting from its strategic planning process and assess their viability. Results of the analyses will culminate in the contractor recommending strategies to pursue emerging opportunities identified not only through Code 40?s strategic planning process but also through the contractor?s own insight into the Navy community. Areas of interest include: Submarine In-Service Engineering support roles; Submarine new design support roles; Submarine/payload integration support roles; Sponsor interaction strategies; Teaming Strategies; Industry/Shipyards. The contractor?s assessment results and recommendations will be a critical element in the development of the Department?s vision and strategic plan ? consequently analyses to assess and recommend future roles/responsibilities for Code 40 must consider the full-spectrum, full life-cycle of submarine missile and other payload systems. CLIN 0002: The contractor shall deliver a technical report in accordance with DD1423documenting the analysis activity and associated recommendations. CLIN 0003: Task B: Option 1: Provide engineering, technical and scientific consultation services similar to those of Task A but for new strategic initiatives that may arise during the planning process associated with Task A. This option will be exercised if, based on the results of Task A, the Department decides to significantly modify the strategic initiatives or add new ones beyond what was originally anticipated as required for a comprehensive strategic plan. This notice of intent is not a request for competitive proposals. All other timely offers will be considered. A determination by the Government not to compete with this proposed purchase order based on responses to this notice is solely within the discretion of the Government. Offers for other products must contain complete product information and prices. FAR 52.212-1 Instructions to Offerors--Commercial Items applies. Evaluation will be in accordance with FAR 52.212-2 Evaluation--Commercial Items. Evaluation factors are technical capability, price and past performance. Each is equally important. A completed copy of FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items must be submitted with quote. FAR 52.212-4, Contract Terms and Conditions--Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, and DFARS 52.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items apply. The following addenda or additional terms and conditions apply: none. Offers should include price and delivery terms and the following additional information: none required. Defense Priorities and Allocations System (DPAS) rating of DO-05 applies. Offers must be submitted to Commercial Acquisition Department, Building 11, Naval Undersea Warfare Center Division Newport, Code 5911E, Simonpietri Drive, Newport, Rhode Island 02841-1708 or may be faxed to 401-832-4820. Offers must be received by 2:00 p.m. on 25 JAN 2002. For information on this acquisition contact Ms. C.W. Garand at 401-832-1486. For further information about all NUWC Division Newport acquisitions visit our web site at http://www.npt.nuwc.navy.mil/contract/.
 
Place of Performance
Address: ADI Technology Corporation,, 1800 N. Beauregard Street, Alexandria, VA.
Zip Code: 22311
 
Record
SN20020120/00016063-020119090218 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.