Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 08, 2017 FBO #5706
SOLICITATION NOTICE

R -- The Joint Requirements Office (JRO) for Chemical, Biological Radiological and Nuclear Defense (CBRND) and Countering Weapons of Mass Destruction (CWMD) Operational and Risk Analysis

Notice Date
7/6/2017
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N0018917RZ022
 
Response Due
9/7/2017
 
Archive Date
9/30/2017
 
Point of Contact
Sean M. Bennett (215) 697-9743 sean.m.bennett@navy.mil
 
E-Mail Address
sean.m.bennett@navy.mil
(sean.m.bennett@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The NAVSUP Fleet Logistics Center Norfolk, 700 Robbins Avenue Philadelphia, PA 19111 intends to solicit for Chemical, Biological, Radiological, and Nuclear (CBRN) Defense Studies and Analysis Support Services on behalf of the Joint Chiefs of Staff ™s (CJCS) Joint Requirements Office (JRO). JRO has the only purpose-built organization within the Chemical and Biological Defense Program (CBDP) Enterprise charged with operational and risk analysis for the multi-billion dollar program. As such, JRO receives almost every Joint Staff (JS) tasking requiring CBRND and countering weapons of mass destruction (CWMD) analysis. These range from Deputy Secretary of Defense (DEPSECDEF) directed studies to analysis required to appropriately define/characterize operational requirements. JRO ™s responsibilities and products include analytical support, Joint Staff and OSD-directed studies, war-fighting scenario development, operational research, and subject matter expertise in the areas of CBRN requirements development, Capabilities Based Assessments (CBAs), solutions analysis, analyses of alternatives (AoAs), operational risk analysis, force structure, Force Planning Constructs (FPCs), procurement levels, Doctrine, Organization, Training, Material, Leadership, Personnel, Facilities, and Policy (DOTMLPF-P) Change Recommendations (DCRs), other Joint Capabilities Integrated Development System (JCIDS) related analyses, Multi-Service Force Deployment (MSFD) vignette development, Defense Planning Scenario (DPS) development, Joint Concept development, and the processes supporting the Department of Defense (DoD) Analytic Agenda. JRO seeks non-personal technical and analytical assistance services that are not otherwise provided under JRO ™s other support contracts, to support activities necessary to define CBRND, CWMD, and medical countermeasures (MCM) Joint operational requirements. The work will include wargames, scenario development, vignette development, modelling, operations research, AoAs, concept development and studies. This requirement is currently being fulfilled by multiple contracts: HQ0034-14-D-0001-0003 with Institute for Defense Analysis, and N00178-14-D-7640-EX01 with Battelle Memorial Institute. The support shall focus on technical services to support operational analysis, feasibility analysis, project coordination, modeling and simulation, and scenario and vignette development. The Contractor may also conduct analysis supporting the development of enhanced operational concepts. Because the work will form the basis for developing operational requirements, individual Non-Disclosure Agreements (NDAs) as well as Organizational Conflict of Interest (OCI) documents are required. The intended requirement will be solicited competitively using a multiple-award Indefinite Delivery Indefinite Quantity (IDIQ) Cost-Plus-Fixed-Fee (CPFF) type contract. The period of performance will be for one base year with four (4) one-year option periods. The anticipated award date will be 19 February 2018 with performance expected to begin on 05 April 2018. The primary sites for the performance will be at the Contractors ™ facilities with periodic meetings at the JRO ™s Pentagon offices. The Contractor is required to have a facility clearance at the level of Top Secret. A solicitation is anticipated to be made available electronically upon its release to the Navy Electronic Commerce Online in July 2017. The closing date for receipt of proposals will be established in the Request for Proposal (RFP). A Sources Sought Notice was issued in support of the proposed effort and after analysis of the results of the Sources Sought responses, the Navy intends to solicit on the basis of a full and open competition while reserving at least one award to a small business with a Non-Price proposal that is rated Acceptable or higher, and who is determined to be responsible, whose Price is also determined to be fair and reasonable. This procurement is being conducted as a non-commercial item acquisition in accordance with FAR Part 15. Offerors shall be required to submit both price and non-price proposals. The Navy ™s evaluation of proposals will consider the offeror ™s non-price proposal to be more important than the price proposal. The North American Industrial Classification System (NAICS) code for this acquisition is 541330 and the size standard is $15 million. Interested parties may download the RFP upon its issuance to the following website: https://www.neco.navy.mil. Interested parties are solely responsible for monitoring of the aforementioned website for postings of the solicitation and any amendments thereto. The Government will not pay for information submitted in response to this notice. Oral communications are not acceptable in response to this notice. Contractor must be registered in the System for Award Management (SAM) website (www.sam.gov) in order to be considered for award. Please direct any and all questions to sean.m.bennett@navy.mil ONLY after reading the details in the Solicitation when it is released and becomes available in NECO/FBO.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018917RZ022/listing.html)
 
Place of Performance
Address: The primary sites for the performance will be at the Contractors ™ facilities with periodic meetings at the JRO ™s Pentagon offices, Washington, DC
Zip Code: 20318
 
Record
SN04569989-W 20170708/170706235827-90398327138a289ae667f0b99399a50f (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.