Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2011 FBO #3399
SOLICITATION NOTICE

A -- System Engineering and Analysis/Advanced Technology Support (Seaport e Rolling Admission)

Notice Date
3/14/2011
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
N00178 NAVAL SURFACE WARFARE CENTER Dahlgren Division 17362 Dahlgren Road Suite 157 Dahlgren, VA
 
ZIP Code
00000
 
Solicitation Number
N0017811R4000
 
Response Due
3/31/2011
 
Archive Date
5/31/2011
 
Point of Contact
Gary Byram 540-653-7087 Gary Byram,
 
E-Mail Address
40-653-7276
 
Small Business Set-Aside
N/A
 
Description
The Naval Surface Warfare Center, Dahlgren Division, on behalf of the Naval Sea Systems Command and the Navy Virtual SYSCOM (partners NAVSUP, NAVAIR, SPAWAR and NAVFAC) along with other Navy activities, is conducting a rolling admission per the terms and conditions of the SeaPort Enhanced (Seaport-e) Multiple Award Contracts. The purpose of this rolling admission is to expand the contractor base by awarding additional Indefinite-Delivery/Indefinite-Quantity (ID/IQ) prime contracts. Existing Seaport-e prime contractors will also have the opportunity to expand their presence in other geographical zones to allow them to compete for Task Order awards in those zones. The NAICS code for this procurement is 541330 and the revenue size standard for Small Business is $27 Million. Current Seaport-e contracts have the following characteristics: -Offers are evaluated on Best Value -ID/IQ contracts with Firm-Fixed-Price (FFP), Fixed-Price- Incentive (FPI), Cost-Plus-Fixed-Fee(CPFF), Cost-Plus- Incentive-Fee (CPIF), and Cost-Plus-Award-Fee (CPAF) type Task Orders. No Time-and-Material (T&M) task orders are allowed. -All requirements are fulfilled competitively on a task order basis by individual ordering offices. -Heavy emphasis is placed on Performance Based Orders -Seaport-e program goal is to award 33% of total obligated dollars to small businesses as prime contractors. -Large business awards have a minimum Small Business Subcontracting Goal of 20% of the dollars obligated. -Only one ID/IQ contract award is allowed for individual companies as a Prime; however a contractor may be a subcontractor to multiple Primes. -Task Orders are competed in one of seven geographic zones (Northeast, National Capital, Mid-Atlantic, Gulf Coast, Midwest, Pacific Northwest, and Southwest) based on the place of performance for the solicited requirements. -Task orders are competed in the zone that is the principal place of performance. -The basic ID/IQ contracts limits pass-through charges, caps maximum fees, annual escalation, and requires cost savings. Awards made during the rolling admission process will have the same or similar characteristics. Oral proposals will not be conducted. Awards will be made on initial offers without discussions. The Government desires an increase in Small Business, HubZone, Woman-Owned Small Business (WOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), and 8(a) concerns. Businesses in these categories are encouraged to submit offers as primes. Prospective offerors are advised that firms certified under small business sub-categories that are competing for inclusion within the Seaport-e Program via Rolling Admission will be competing only against other prospective offerors certified within their respective small business sub-category. Information concerning this rolling admission is available on the Seaport homepage at www.seaport.navy.mil. Copies of the original solicitation (N00178-04-R-4000), the previous Rolling Admission solicitations (N00178-05-R-4000, N00178-06-R-4000, N00178-07-R-4000, N00178-08-R-4000, N00178-08-R-4001, and N00178-10-R-4000), the original Rolling Admission Industry Brief (dated November 2004), and the questions and answers to the previous solicitations can currently be found on the homepage. The solicitation number for this Rolling Admissions is N00178-11-R-4000. It is anticipated that a solicitation will be issued on 31 March 2011. The target date for the Rolling Admission awards is July 2011. It is the potential offeror ™s responsibility to monitor the Seaport site for the release of solicitations, amendments, and supporting information. 2. BAA _______________ 3. Amendment #: _______ Date: ______________Closing Date Changed to: _______ 4. Solicitation: Solicitation #: ________________ Issue Date: ________________ Close Date: ________________ 5. Award Synopsis: CLINS: ____________ Synopsis #: _____________ ____ Contract #: ___________________ Contract Award Date: ________________ Award Amount: __ ____________ Company Awarded To and Address:
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017811R4000/listing.html)
 
Record
SN02400470-W 20110316/110314234636-ed202b1435f20c049d4e6862418e7d71 (fbodaily.com)
 
Source
FedBizOpps 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.