Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2002 FBO #0244
SOLICITATION NOTICE

A -- R--Technical Engineering Support for the Theater Warfare Systems Department

Notice Date
5/7/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
N00178 17320 Dahlgren Road Dahlgren, VA
 
ZIP Code
22448-5100
 
Solicitation Number
N0017802R3051
 
Response Due
6/14/2002
 
Point of Contact
XDS13-18 540-653-7765 XDS13-18 540-653-7765
 
Description
The Naval Surface Warfare Center, Dahlgren Division (NSWCDD) has a requirement for technical support services for the Theater Warfare Systems Department in the following areas: Engineering; Systems Engineering; Warfare and Systems Analysis; Cost and Affordability Analysis; Modeling and Simulation; Computer Program Development/Modification; Data Management; Test and Evaluation; Facility Engineering/Design/Activation; System Activation/Installation/Operations; System Certification; Quality Assurance; Configuration Management; Documentation, and General Support. Technical support activities shall include efforts relative to numerous Navy and/or Joint programs and/or programmatic thrusts such as: Theater Air Defense, Theater Ballistic Missile Defense, National Missile Defense, Battle Management Command, Control and Communication, Land Attack Cruise Missile, Expeditionary Warf are; Ship Combat/Warfighting systems, Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance systems, Naval Surface Fire Support, Network Centric systems, Software systems, New Ship Platforms (e.g., DD-X, LPD-17, CV-X, CG-X), Geodesy and Space systems, Data Communications. Specific Programs/Systems which will be covered by this contract include: Theater Ballistic Missile Defense (TBMD) and related programs/systems such as Sea-based Midcourse Defense (SMD), Ground Based MidCourse Defense System (GMD); Sea-based Terminal Defense (STD); Advanced Field Artillery Tactical Data System (AFATDS); Supporting Arms Coordination Center (SACC); Land Attack Warfare (LAW); Naval Fires Control System (NFCS); Advanced Tomahawk Weapon System (ATWCS); Gun Computing Control System (GCS); Gun Weapon System (GWS); Tactical Tomahawk (TACTOM); Common Land Attack W arfare System (CLAWS); Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance (C4ISR) Systems; Supporting Intelligence Office (SIO); Special Security Office (SSO); Technology Information Center; SPY-1 (and Variants); SPY-3; TAMD Advanced Radars; AEGIS Weapon System (AWS); Command and Control Systems; Ship Self Defense System (SSDS); Cooperative Engagement Capability (CEC); Rapid ASM Integrated Defense System (RAIDS); Advanced Integrated Electronic Warfare System (AIEWS); Shipboard Gridlock System (SGS) and Shipboard Gridlock System with Automatic Correlation (SGS/AC); AN/SLQ-32; MK 53 Decoy Launching System; Multiple Link Antenna System (MLAS); Infrared Search and Track (IRST); Tactical Control System (TCS); Distributed Engineering Plant (DEP); Joint Distributed Engineering Plant (JDEP); Battle Management, Command, Control, Communications, C omputers and Intelligence (BMC4I); Joint Theater Air and Missile defense (JTAMD); Joint Warrior Interoperability Demonstrations (JWID); Theater Air and Missile Defense (TAMD); Advanced Combat Direction System; Tactical Data Links; Navigational Sensor System Interface (NAVSSI); Battle Force Team Trainer (BFTT); Light Airborne Multi-Purpose System (LAMPS) MKIII; Naval Fires Network (NFN), Area Air Defense Commander (AADC); Common Command and Display (CC&D), Orbit Mensuration & Navigation Improvement System (OMNIS); Joint Interface Control Officer (JICO); Global Command & Control System – Maritime (GCCS-M); Precise Tactical Targeting (PTT); Space-Based Infrared System (SBIRS); CobraJudy Replacement Radars. This technical support will require extensive knowledge/experience of Navy/Joint systems and programs in the areas of: engineering, systems engineering, systems integration, wa rfare and systems analysis, facility acquisition/design/activation, system activation/installation/operation, system test/ Independent Verification and Validation (IV&V)/certification, affordability and cost analysis, evaluations, assessments, signal processing, computer programs, modeling and simulations, configuration management, quality assurance, workstations/personal computer systems, data management and presentation. The NAICS code is 54133, the FSC is R425. There are five mandatory requirements for this acquisition that must be met: (1) Workforce Location – Personnel who are proposed to provide 80% or more of the hours to be direct charged must be located within one hour driving time of NSWCDD, Dahlgren, VA. The contractor’s primary facility supporting this acquisition must be located such that the contractor can respond to a requirement and have his personnel at N SWCDD, Dahlgren VA within one hour by surface transportation. (2) Facility Security Clearance – The contractor’s primary facility supporting this acquisition must have a facility clearance of SECRET level. (3) Key Personnel Security Clearance – All proposed key personnel for which a resume is provided must have a security clearance of SECRET or higher upon award of the contract. Additionally, at least two employees must have a TOP SECRET clearance. (4) Personal Computers/Software/Electronic Communication – The contractor shall have hardware and software that will allow ready transfer of information between the contractor and the Government during the period of performance for this contract. The hardware required would include, but is not limited to: IBM compatible personal computers, POWERMACs, SGI workstations, Laser Printers, Color Printers, Color Scanners, Ink Jet Plotters (E size), Color Copier. Software required would include, but is not limited to, the current version/upgrade of: Windows 2000, MS Office 2000, Corel WordPerfect Suite 10, MS Project 2000, Corel Draw 10, Stanford Graphics, MacOS, Canvas 8, Photoshop 6, C, C++, UNIX, FORTRAN, Pascal, Ada, CMS-2 (Assembly and HL), SimDraw, ModSim, MATLAB, MATLAB Mapping Toolbox, Open Inventor (SGI), IMSL mathematics and statistics libraries, and (5) Mandatory Subcontracting – In accordance with FAR 52.219-9 any potential offeror that is not a small business concern shall submit a Small Business Subcontracting Plan. In this case, the subcontracting plan must show a minimum of 15% of the total effort being subcontracted to Small Business. This acquisition will be solicited as an unrestricted full and open competition. The resultant contract will be an Indefinite Deliv ery/Indefinite Quantity Contract with a cost-plus-fixed fee (term and completion) pricing arrangement. The contract will have a contract ordering period of three years and will contain an Award Term Plan and Award Term Clauses that may, based on the contractor’s performance, extend the ordering period for an additional seven years. Any adjustment to the Award Term will not result in a contract ordering period of less than three years or greater than 10 years from the date of award of the contract. A Best Value Source Selection process will be utilized and contractors will be required to submit a portion of their proposal in a written format, and a portion will be presented orally. The RFP will provide the specific details. The resulting contract will contain an Organizational Conflict of Interest Clause. This acquisition is a follow-on to NSWCDD Contract N00178-99-D-3034 with EG&G Services, 900 Clopper Road, Suite 200, Gaithersburg MD 20878. Tasking in two expiring contracts will also be added to this contract. These are contracts N00178-95-C-3018 (PRC, Inc.), which supports facility design, engineering and activation, and N00178-95-C-3031 (BAE Applied Technology, Inc), which supports CM and information management functions. It is anticipated that the Request for Proposal (RFP) will be available on the NSWCDD Procurement Division homepage (http://www.nswc.navy.mil/supply) by 14 June 2002. The solicitation will be open for 75 days. The contract award date is targeted for 1 April 2003 with performance to begin on 1 June 2003. NSWCDD has implemented Electronic Commerce in the acquisition area, therefore, the RFP resulting from this synopsis and any subsequent amendments will only be available at the above website and http://www.fedb izopps.gov. Hard copies will not be provided. Vendors should regularly access the NSWCDD website to ensure they have downloaded all amendments. DoD will no longer award contracts to Contractors that are not registered in the Central Contractor Registration (CCR) database. Registration may be done by accessing the CCR Website at http://www.ccr2000.com A paper registration may be obtained from the DoD Electronic Commerce Information Center at 1-800-334-3414. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (07-MAY-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 01-AUG-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USN/NAVSEA/N00178/N0017802R3051/listing.html)
 
Record
SN00131038-F 20020803/020801222050 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may 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  © 1994-2020, Loren Data Corp.