Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 29, 2016 FBO #5515
SOLICITATION NOTICE

A -- Research and Development Support

Notice Date
12/27/2016
 
Notice Type
Presolicitation
 
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
N00173-17-R-JM01
 
Point of Contact
Jim Thomasson, Phone: 2024046710, Constance Reedus,
 
E-Mail Address
Jim.Thomasson@nrl.navy.mil, constance.reedus@nrl.navy.mil
(Jim.Thomasson@nrl.navy.mil, constance.reedus@nrl.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Research Laboratory (NRL) anticipates a requirement to create new theoretical models and simulation tools critical to the rapid and cost-effective development of new Vacuum Electronics (VE) and other devices to meet the needs of the Navy and the DoD. The scope of this work includes theoretical and experimental VE research required to create new simulation tools; maintain and/or expand the functionality of existing/developmental NRL design codes; and create or analyze novel passive and active device designs. The work includes but is not limited to the development of new theory and improved algorithms; the implementation of algorithms into existing and developing NRL codes; the testing and validation of predictions from the improved codes against measured data and/or other codes; and the development and analysis of new VE designs. Computational approaches of interest include 2D/3D particle-in-cell (PIC) codes; physics-based parametric and hybrid approaches; and run-time acceleration using graphics processing units (GPUs). A key goal of this research is to develop a suite of integrated, user-friendly design tools that will reduce the time and cost of VE device development for the Navy/DoD. The contractor will be required to conduct research resulting in the development of computationally efficient, accurate simulation tools; validate the tools' performance through comparison with experimental data and the results of other codes; and create and/or analyze the performance of VE device related passive and active components to be integrated into DoD sub-systems and systems. The research will include but not be limited to theoretical analysis and development of computationally efficient models and algorithms for beam-wave interaction in various VE or plasma-filled devices; formation and transport of electron beams; and effects of different materials including meta-materials on device and passive and active component performance. The models and algorithms developed under this work will be implemented in existing and developing NRL codes and/or stand-alone computer codes capable of the automatic exchange of input/output data with other NRL codes without user intervention. The Contractor shall conduct research in the following five major task areas; (1) Theoretical Analysis and Development of Algorithms and Computational Models; (2) Implementation of Algorithms and Models and their Verification and Validation; (3) Application of Algorithms and Models; (4) Experimental Data Collection for Model Validation; (5) Code Support and Maintenance 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 (except Biotechnology)). The Government does not intend to use FAR Part 12, the Acquisition of Commercial Items. 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 (except Biotechnology)), with a Small Business Size Standard of 1,000 employees. The Government does not intend to use FAR Part 12, the Acquisition of Commercial Items. The Government anticipates the award of a single, Cost Plus Fixed Fee contract. Award will be made based on the best value to the Government through the tradeoff source selection process. The Statement of Work and Evaluation Factors will be available as part of the Solicitation. 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. The solicitation will be available at Federal Business Opportunities (FedBizOpps) at www.fbo.gov. 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 Jim Thomasson at jim.thomasson@nrl.navy.mil. Pre-solicitation questions must be received before 5pm Eastern Time on January 5, 2017. Answers to questions will be provided as an amendment to this notice, if needed. Note: A previous request for information (pre-solicitation) notice as part of Market Research related to this procurement was posted in July 25, 2016 under notice number: NRL-16-MV03. However, N00173-17-R-JM01 will be used moving forward for all pre-solicitation and solicitation information. Contracting Office Address: Naval Research Laboratory 4555 Overlook Ave. S.W. Washington, District of Columbia 20375 The location of performance will be primarily at the Naval Research Laboratory.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/ONR/N00173/N00173-17-R-JM01/listing.html)
 
Place of Performance
Address: 4555 Overlook Ave. S.W., Washington, District of Columbia, 20375, United States
Zip Code: 20375
 
Record
SN04360231-W 20161229/161227233122-7e259b2a1523ae5f1434988e42e78cdf (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.