Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2016 FBO #5353
MODIFICATION

A -- SETA Support to STO USSOCOM

Notice Date
7/18/2016
 
Notice Type
Modification/Amendment
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, District of Columbia, 20375
 
ZIP Code
20375
 
Solicitation Number
N00173-15-R-JH02
 
Archive Date
8/1/2016
 
Point of Contact
Heather Dinsmore,
 
E-Mail Address
Heather.Dinsmore@nrl.navy.mil
(Heather.Dinsmore@nrl.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a presolicitation notice for an upcoming request for proposal. No solicitation is available at this time. The Naval Research Laboratory (NRL) intends to solicit for Scientific, Engineering and Programmatic R&D Support for the Signature Technology Office (STO), which conducts a broadly based multi-disciplinary program of scientific research and advanced technological development, directed towards air, maritime, land-based, and cyberspace applications of new and improved materials, techniques, equipment, and systems for the purpose of countering emerging threats while addressing platform and environmental signature shortfalls and gaps. The scope of this contract covers a broad range of R&D needed to support NRL STO, which is categorized into eight research fields: Research Field 1 - Risk / Threat Reduction Technologies Research Field 2 - Electro-Optical / Infrared (EO/IR) Systems Development Research Field 3 - Cyberspace Research Field 4 - Realistic Military Training Support Research Field 5 - High Performance Computing Support Research Field 6 - Exercise and Collective Training Support to Service and Other Government Organizations Research Field 7 - Experimentation and Science & Technology Integration with Exercises Research Field 8 - Modeling and Simulation Support There is no requirement for an offeror to be able to perform across all research fields, and offerors will identify and propose only on those research fields in which they have expertise and experience. This procurement will be conducted through the use of Full and Open (F&O) competition. The North American Industry Classification System (NAICS) code for this procurement is 541712 (Research and Development in the Physical, Engineering and Life Sciences), with a Small Business Size Standard of 1,000 employees. The Government anticipates the award of a multiple award indefinite-delivery, indefinite-quantity (IDIQ) contract with an ordering period of five years. Task orders are expected to be issued as firm-fixed-price (FFP), FFP level-of-effort (FFPLOE), and/or cost-plus-fixed-fee (CPFF). Award(s) will be made based on best value to the Government through the tradeoff source selection process. All responsible offerors may submit an offer. To be eligible for award, offerors must be registered in the System for Award Management (SAM) database. Offerors may obtain information on registration in the SAM at https://www.sam.gov. It is anticipated that the solicitation will be available at Federal Business Opportunities (FedBizOpps) at www.fbo.gov in August 2016. Paper copies of the solicitation will not be issued. The Solicitation may be accessed electronically only via the FedBizOpps website. Offerors are responsible for routinely checking the FedBizOpps website for any possible solicitation amendments that may be issued. Proposals will be due 30 days after the solicitation is issued. Questions concerning this pre-solicitation notice should be addressed to Ms. Heather Dinsmore at Heather.Dinsmore@nrl.navy.mil. To receive access to the solicitation package when released, offerors must be certified by the DLA Logistics Information Service's Joint Certification Program (JCP). Upon confirmation of eligibility, the offeror shall be granted access to the solicitation and attachments. These documents must be safeguarded and protected from unauthorized disclosure in accordance with applicable U.S. export control laws and regulations. Additional instructions are available in the "Vendor" link under "User Guides" located on the right side of the FedBizOpps home page.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/ONR/N00173/N00173-15-R-JH02/listing.html)
 
Place of Performance
Address: The exact location of performance will be determined at the task order level; however, the Government anticipates that work may be performed at one or more of the following locations:, •The Naval Research Laboratory, •Contractor facilities, •Other Government facilities, •CONUS test locations, •OCONUS test locations, including but not limited to: aboard aircraft and Naval ships., United States
 
Record
SN04186495-W 20160720/160718234821-74c20333037c104c1af15bb420bcd0d7 (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.