Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2004 FBO #1003
SOLICITATION NOTICE

A -- R&D SUPPORT FOR THE NAVY TECHNOLOGY CENTER FOR SAFETY AND SURVIVABILITY

Notice Date
8/23/2004
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, DC, 20375
 
ZIP Code
20375
 
Solicitation Number
N00173-04-R-HA05
 
Archive Date
8/23/2005
 
Point of Contact
Hilda Abdon, Contract Specialist, Phone 202-767-0682, Fax 202-767-5896, - F. Janilea Bays, Contracting Officer, Phone 202-767-2974, Fax 202-767-0430,
 
E-Mail Address
abdon@contracts.nrl.navy.mil, bays@contracts.nrl.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The Naval Research Laboratory (NRL) has a requirement for fire protection research and development in the following task areas: 1) Fire extinguishing Agents/Delivery Systems; 2) Fire Hazard Analysis/Passive Fire Safety; 3) Small and Large Scale Fire Tests; 4) Fire Fighting Training and Tactics; 5) Fire Protection in Submarines and other Enclosed Spaces; 6) Simulated Propellant-Induced Fires; 7) Total Ship Survivability Tests and Remote Damage Control. The contractor shall provide technical personnel including logistic support, firefighters, statisticians and photographers as required for specific test programs. Work is to be performed on-site at the Naval Research Laboratory, Washington, DC and its Chesapeake Beach, MD facility, aboard the ex-USS Shadwell in Mobile, AL, the Naval Air Weapons Center, China Lake, CA and other government facilities as required. The contractor must provide approximately 205,000 hours of analytical, scientific, technical, engineering and administrative support on a level-of-effort basis. The Government anticipates a base year of 12-month period of performance with four Options that will extend the period of performance for an additional 12 months each, if exercised. The Government anticipates an award of a Cost Plus Fixed Fee (CPFF) term type of contract. The Statement of Work, labor categories, and minimum personnel qualifications will be included in the solicitation package. This is a 100% Small Business Set-Aside. The incumbent contractor is Hughes Associates Incorporated, 3610 Commerce Drive, Suite 817, Baltimore, Maryland 21227-1652. Paper copies of the Request for Proposal (RFP) will not be provided. The NRL uses Electronic Commerce (EC) to issue RFPs and amendments to the RFPs. All responsible sources may submit a bid, proposal which shall be considered by the agency.
 
Place of Performance
Address: NRL WASHINGTON, DC
Zip Code: 20375
Country: USA
 
Record
SN00649854-W 20040825/040823212635 (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.