Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2003 FBO #0660
SOLICITATION NOTICE

R -- Technical Engineering Support to ONR 01SW

Notice Date
9/16/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Office of Naval Research, ONR, CODE ONR-02 800 N. QUINCY ST. Rm 704, Arlington, VA, 22217
 
ZIP Code
22217
 
Solicitation Number
N00014-03-R-0023
 
Response Due
9/26/2003
 
Archive Date
10/11/2003
 
Point of Contact
Cheryl DeLisle, Contract Specialist, Phone 703-696-2571, - Todd Hanson, Branch Head Code 254, Phone 703-696-2009,
 
E-Mail Address
delislc@onr.navy.mil, hansont@onr.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This solicitation, N00014-03-R-0023, is issued as a Request for Proposal (RFP). This acquisition is a Total Small Business Set Aside in accordance with FAR 13.003(b)(1). The applicable NAICS Code is 541690 with a size standard of $6M. The resulting award will be done under Simplified Acquisition Procedures as a Firm-Fixed-Price Purchase order and will have a period of performance of 12 months. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-15 and DFARS Change Notice 20030722. Under this solicitation, the Office of Naval Research requires technical engineering advice in the development of future technologies for undersea warfare. The contractor shall utilize current and future program documentation and participate in meetings, briefings and conferences to perform the following: ? provide engineering, analytic, technical and scientific services ? perform special analyses, evaluation and assessments ? assess viability, progress and risk of proposed or ongoing programs ? conceptualize and recommend specific areas of interest and future directions for ONR, including but not limited to: - Shallow Water/Littoral Warfare Strategy, Undersea and Surface Environments - Undersea, Surface, Air and Space System requirements - Combat and Weapon Systems - Unmanned Undersea Vehicle programs and strategies, including Nano Technology - Operational Effectiveness Measures As a key element of this effort, the contractor shall review performance demonstrated by specific programs based on modeling and simulation studies and in water performance. Key results will be identified, abstracted and synthesized. Based on these results an overall evaluation of program performance based on current capabilities will be provided and key performance limitations identified. The contractor shall assess the ability of ongoing efforts to address current Navy shortfalls. The contractor shall survey and assess technology opportunities that will enhance Navy performance and identify advance concepts that should be explored to meet emerging needs. Based on these efforts the contractor shall support the development of strategic plans and investment priorities for future ONR Swampworks initiatives. (Swampworks was created to find technological solutions to many new challenges that face the Navy today. The research funded by Swampworks is designed to produce results in 1-3 years at high-risk with the possibility of high payoff.) In the process of conducting these efforts, the contractor shall develop plans and schedules, briefings inputs, position papers and letter reports. The contractor shall investigate International programs to assess their suitability to ONR. Qualified individuals must have: ? PhD in Mechanical Engineering ? Experience in the development of significant undersea technologies for the US Navy ? Publications in professional journals that reflect the contribution of the applicant to undersea warfare technology The selected applicant is anticipated to work a minimum of 8 hours per week on a variety of Swampworks projects that span the breadth of undersea warfare. The estimated level of effort for performance is approximately 520 hours per year. The Purchase Order will include a clause allowing the Government to increase the level of effort by up to 30% in any labor category. The contractor shall submit monthly progress reports and financial reports which reflect technical documentation, milestones achieved, problems encountered, solutions there to, and fiscal status. It is anticipated that the applicant will travel to Washington DC once a month and to Providence, Rhode Island an estimated six times during the year. The awarded Purchase Order will contain a not to exceed line item for travel to be reimbursed under the Joint Travel Regulation rates. The following Clauses/Provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors -- Commercial Items (Oct 2000); FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Feb 2002); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (April 2003), including the following checked clauses in section (b) and (c) of this clause: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995) and Alternate I (Oct 1995); FAR 52.219-8, Utilization of Small Business Concerns (Oct 2000); FAR 52.219-14, Limitations on Subcontracting (Dec 1996); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Apr 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Sept 2002); FAR 52.225-13, Restriction on Certain Foreign Purchases (Jul 2000); FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (May 1999); DFARS 252.204-7004, Required Central Contractor Registration (Nov 2001); DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Mar 1998) DFARS 252.209-7002, Disclosure of Ownership or Control by a Foreign Government (Sep 1994); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2003); including the following checked clauses in section (a) and (b) of this clause: FAR 52.203-3, Gratuities (Apr 1984) DFARS 252.225-7012, Preference for Certain Domestic Commodities (FEB 2003); DFARS 252.232-7003, Electronic Submission of Payment Requests (MAR 2003); DFARS 252.243-7002, Requests for Equitable Adjustment (Mar 1998); DFARS 252.247-7023, Transportation of Supplies by Sea (May 2002) and Alternate III (May 2002); DFARS 252.247-7024, Notification of Transportation of Supplies by Sea (Mar 2000). Offerors must submit with their proposal: 1) Description of the specific services offeror will provide; 2) Description of similar work experiences (include contact numbers, name of contracting agency and customer, point of contact name and telephone number); 3) Proposed Price/Cost proposal, which shall itemize all costs proposed and provide quantity/base numbers as well as rates and costs for the following items (if applicable): Direct Labor Costs (with each Labor category and associated hours and rates), Fringe Benefits, Labor Overhead, Travel Costs, G&A, and profit; 4) Completed Offeror Representations and Certifications -- Commercial Items found at FAR 52.212-3 (July 2002), Alternate I (Apr 2002) and DFARS 252.212-7000, Offeror Representations and Certifications--Commercial Items (NOV 1995); and 5) A copy of the offeror?s active Central Contractor Registration (www.ccr.gov), which shows the contractor?s registration status, name, address, DUNS number and Cage Code. Offerors will be evaluated based on (in descending level of importance): 1) Applicability/Quality of previous work experiences; past performance 2) Perceived ability to do work effectively based on Offeror?s description of services, and 3) Price The Government will award a firm-fixed-price Purchase Order (using Simplified Acquisition Procedures in accordance with FAR 13.5) resulting from this solicitation to the responsible offeror whose proposal conforming to this solicitation is the most advantageous to the Government, price and other factors considered. Although price is substantially less important than the technical factors combined, it will not be ignored. The degree of its importance will increase with the degree of equality of the proposals in relation to the other factors on which selection is to be based, or when the price is so significantly high as to diminish the value of the technical superiority to the Government. Proposals should be received no later than 2:00 p.m. local time 26 Sep 2003 at the following address: Office of Naval Research, Ballston Centre Tower One, Rm. 720 800 North Quincy Street Arlington, VA 22217-5660. Attn: Cheryl De Lisle, ONR 0254 Ref: Solicitation N00014-03-R-0023 No faxed or emailed proposals will be accepted. The award is expected to be made on or before 15 Oct 2003. Questions should be directed to Cheryl De Lisle at the information listed below. Emailed questions should be sent to cheryl_delisle@onr.navy.mil. Questions received after close of business on 24 Sep 2003 may not be answered.
 
Place of Performance
Address: ONR,Arlingtion,VA
Zip Code: 22217
Country: USA
 
Record
SN00435781-W 20030918/030916213413 (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.