The RFP Database
New business relationships start here

Navy Analytic Studies Program


Pennsylvania, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk, Contracting Department, Philadelphia Office intends to acquire, via full and open competition, analytical, engineering, scientific, and programming services in support of the Program Objective Memorandum (POM) for the Chief of Naval Operations (CNO). Support shall include warfare and warfare support analyses and assessments, campaign analyses, mission level analyses, data analytics, modeling and simulation (M and S), and management and documentation support. The analytic support shall encompass all aspects of joint campaign, mission and engagement level modeling as well as manpower and personnel, training and education, infrastructure, long-term planning, policy, medical logistics planning, and both afloat and ashore readiness.
The analytic capabilities will include experimentation, demonstrations, and wargaming elements that enable exploration of operational options and identification of operator objectives and considerations.

The contractor shall be required to provide coordination across the Office of the Chief of Naval Operations (OPNAV) staff, the Fleet, Systems Commands (SYSCOMs), Combatant Commanders (COCOMs), Marine Corps and other Service Staffs, Joint Staff, and Office of the Secretary of Defense (OSD) staff.

To effectively carry out the responsibilities required to produce the deliverables associated with the above requirements, potential contractors must possess both the corporate knowledge, as well as the uniquely qualified personnel.
Subsequent task orders will be deliverable-based and the approach in which a potential contractor provides said deliverables will be paramount to the overall success of the program.

Travel is anticipated. The Government anticipates performance will begin around 1 Nov 2020 and will continue, as required, for five years thereafter. For planning purposes, the total estimated level of effort over the 5-year ordering period is 384,384. The applicable NAICs code is 541611 bAdministrative Management and General Management Consulting Servicesb The small business size standard for this NAICS is $16.5 million in annual receipts. The FSC Code is R499.

It is the intent of the Government to process this procurement under FAR 15, Contracting by Negotiation, and to ultimately award multiple, indefinite delivery, indefinite quantity (IDIQ) cost-plus- fixed-fee (CPFF) contracts as a result of the forthcoming solicitation.

The IDIQ contracts will allow for both CPFF and firm-fixed-price (FFP) type task orders.
Offerors will be required to submit non-cost/price (technical) and cost/price proposals. The Government anticipates that the resultant contracts will be awarded on a best value basis where the non-cost/price (technical) volume will be considered more important than the cost/price volume.

Upon its release, the solicitation will be issued electronically and be available for downloading at the NECO website: http://www.neco.navy.mil or https://beta.sam.gov in the Dec 2019 timeframe. [Effective 12 November 2019, FBO.gov will officially transition to the Beta.SAM.gov bContracting Opportunitiesb platform. NAVSUP is currently working on having NECO be the NAVSUP system interface with Beta.SAM.Gov.]

The closing date for the receipt of offers will be set forth in the RFP.
Paper copies, faxed copies, or email copies of the solicitation will not be provided. Interested parties are solely responsible for monitoring the above website for posting of the RFP and any amendments thereto. The Government will not pay for the information received.

All responsible sources may submit a proposal, which will be considered by NAVSUP FLC Norfolk, Contracting Department, Philadelphia Office. By submitting an offer, the offeror is self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the offer.
By submission of an offer, the contractor acknowledges the requirements that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award.

Lack of registration in the SAM database will make a contractor ineligible for award. Contractors may obtain information on registration and annual confirmation requirements via the internet at https://www.sam.gov/SAM/. Further, offerors are required to go on-line to the SAM website to complete their Online Representations and Certifications Application (ORCA) prior to the submittal of their proposal.

Erin Kilrain see email

Erin Kilrain

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP