The RFP Database
New business relationships start here

SPAWARSYSCEN Atlantic Command Operational Functional Support


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

*********07/09/2019************** 07/09/2019: Attendee List & Presentation from the Pre-Solicitation Conference held on 25 June 2019 for the Naval Information Warfare Center (NIWC) Atlantic Corporate Operations Functional Support (COFS) effort. Additional documents (to include Q&A from this event) will be included a subsequent post. *********06/17/2019************** 06/17/2019: Pre-Solicitation Conference for the Naval Information Warfare Center (NIWC) Atlantic Corporate Operations Functional Support (COFS) effort. Registration link provided. 1. NIWC Atlantic will hold a Pre-Solicitation Conference for Solicitation N65236-18-R- 0022 on Tuesday, June 25, 2019 from 1300-1600 (check-in 1215-1300). The conference will be held at: Redbank Club Joint Base Charleston 2316 Red Bank Rd. Goose Creek, SC 29445 (NOTE: A CAC is not required to gain entry to this facility) 2. The purpose of this conference is to: 1) Provide specific information and updates on the anticipated requirements for the COFS effort; and 2) Provide prospective offerors the opportunity to ask questions and provide feedback to the Government. 3. NIWC Atlantic has posted an updated draft Performance Work Statement (PWS), draft Prime pricing model, draft technical evaluation factors, and draft Corporate Operations Historical Support (for informational purposes only) for this procurement through the SPAWAR e-Commerce website (https://e-commerce.sscno.nmci.navy.mil). The Government anticipates releasing a draft RFP for this procurement. The projected timeframe for RFP release is 4th Quarter of FY19. 4. Attendee limitation: Due to limited seating and parking, prospective offerors will be limited to two attendees per company. If you plan on attending, please register no later than 1700 on Friday, 21 June 2019. A link for registration is provided in this announcement (see #7). 5. The conference will include presentations from both contracting and technical personnel involved with the COFS effort. All information presented at the conference will be available through the SPAWAR E-Commerce website. There will also be a question and answer session at the conclusion of the presentations. All questions submitted before, during, and after the conference will be recorded and posted to the SPAWAR E- Commerce website. We recommend prospective offerors subscribe to the solicitation (N65236-18-R-0022) for future notifications. 6. Attendance at the conference is NOT a requirement and in no way prohibits any company from submitting a proposal in response to any forthcoming solicitation. Further, prospective offerors are not required to attend the conference in order to obtain presentation material or submit questions. 7. The link to the Industry Day E-Invite and Registration is provided here: https://einvitations.afit.edu/inv/anim.cfm?i=459055&k=06644B097E52 *********06/12/2019************** 06/12/2019: Pre-Solicitation Conference for the Naval Information Warfare Center (NIWC) Atlantic Corporate Operations Functional Support (COFS) effort. 1. NIWC Atlantic will hold a Pre-Solicitation Conference for Solicitation N65236-18-R- 0022 on Tuesday, June 25, 2019 from 13:00-16:00. The conference will be held at: Redbank Club Joint Base Charleston 2316 Red Bank Rd. Goose Creek, SC 29445 (NOTE: A CAC is not required to gain entry to this facility) 2. The purpose of this conference is to: 1) provide specific information and updates on the anticipated requirements for the COFS procurement; and 2) provide prospective offerors with an opportunity to ask questions and provide feedback to the Government. 3. NIWC Atlantic has posted an updated draft Performance Work Statement (PWS), draft Prime pricing model, draft technical evaluation factors, and draft Corporate Operations Historical Support (for informational purposes only) for this procurement through the SPAWAR e-Commerce website (https://e-commerce.sscno.nmci.navy.mil). The Government anticipates releasing a draft RFP for this procurement. The projected timeframe for RFP release is 4th Quarter of FY19. 4. Attendee limitation: Due to limited seating and parking, prospective offerors will be limited to two attendees per company. If you plan on attending, please register no later than 1700 on 20 June 2019. A link for registration will be provided on the SPAWAR e- Commerce website later this week. 5. The conference will include presentations from both contracting and technical personnel involved with the COFS effort. All information presented at the conference will be available through the SPAWAR E-Commerce website. Additionally, all questions submitted before, during, and after the conference will be recorded and also posted to the SPAWAR E-Commerce website. We recommend prospective offerors subscribe to the solicitation (N65236-18-R-0022) for future notifications. 6. Attendance at the conference is NOT a requirement and in no way prohibits any company from submitting a proposal in response to any forthcoming solicitation. Further, prospective offerors are not required to attend the conference in order to obtain presentation material or submit questions. *********05/14/2019************** 05/14/19: Clarification that this "type of action" has been identified as a Small Business Set-Aside. *********05/13/2019************** 05/13/19: The period for questions / comments for these draft documents is through 1400 Eastern Time on 5/20/19 (Solicitation N6523618R0022). *********05/13/2019************** 05/13/19: The following draft documents have been issued for the Corporate Operations Functional Support (COFS) Requirement (Solicitation N6523618R0022): 1) Draft PWS 2) Draft Evaluation Criteria 3) Draft Pricing Model (with draft Section B) ________________________________________ Naval Information Warfare Center (NIWC) Atlantic has a requirement to provide support services for Corporate Operations Functional Support (COFS) with responsibilities to sustain mission capabilities. The services provided under this requirement will support day-to-day operations that are critical to the success of NIWC Atlantic's mission. Support services shall include, but are not limited to the following areas: a.) Force Management b.) Personnel and Physical Security c.) Cybersecurity d.) Communications e.) Business Intelligence f.) Facilities g.) Safety and Administrative Management This is a pre-solicitation notice. The Government anticipates a formal solicitation will be issued during the 3rd Quarter of FY19 under full and open competition after exclusion of sources as a total Small Business Set-Aside (SBSA). The Government anticipates award of a single award, performance-based Firm Fixed Price (FFP), Cost-Plus-Fixed-Fee (CPFF), and FFP Level of Effort (LOE), Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The period of performance is for five (5) years. The Product Service Code for this effort is R699, Other Administrative Support Services. This notice of intent is NOT a request for competitive proposals. This pre-solicitation notice is for INFORMATION and PLANNING purposes ONLY and does not constitute a solicitation for bids or proposals and is not to be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. Please submit all questions and/or feedback in writing to Elisha Kidwell, Contract Specialist, at elisha.h.kidwell1@navy.mil. *********02/01/2019************** NAICS code correction to NAICS: 541611 ********************************* 08/29/2018: Request for Information (RFI) This RFI is issued to obtain industry feedback regarding the execution of the Space and Naval Warfare Systems Center (SPAWARSYSCEN) Atlantic Command Operations Functional Support requirement. Purpose: This RFI is issued to accomplish the following: (a) Seek feedback from offerors as to whether the methodology shown herein will enable submission of competitive proposals on Pre-priced Firm Fixed Price (FFP) Contract Line Item Numbers (CLINs) for this effort; and (b) If industry determines that it is unable to competitively propose Pre-priced FFP CLINs, then provide a methodology for the Government's consideration. Overall Mission: This scope will be focused on day-to-day Command Operations that are critical functions to SPAWARSYSCEN Atlantic's mission success. Functions will include Program Management, Accounts Management Services Support, Command Security Services Support, Command Information Technology Support Services, Organizational Support Services and Corporate Operational Analytics Support Services. Mission Strategic Vision: The Government is seeking a five-year effort for new Corporate Operations services. The Government needs a more agile and responsive service contract to enable flexibility to support changes, without the necessity of contract or task order modifications. To accomplish this, the Government envisions a single award contract. The intention of this effort is to enable a single contractor the flexibility to manage the entirety of the PWS, and provide surge capability that will support the Government's full needs and mission objectives. Section 1: Contract Type and CLIN Methodology: In support of the Mission Strategic Vision, the Government intends to pre-price via FFP CLINs 90% of this effort at the basic contract level. The Government would like offerors to review Attachments A through C. Attachment A provides an example of the CLIN methodology. Attachment B is the alternate methodology template, to allow offerors to submit their own response. Attachment C is the Technical Exhibit 1, which shows the performance objectives for work to be performed. The remaining 10% of this effort will be on a Cost Plus Fixed Fee (CPFF) CLIN at the basic contract level. This will result in CPFF task orders, which will be individually negotiated. Work under the CPFF CLIN, is for any work unable to be identified at this time, which would include advanced analytical services. Performance Work Statement and Performance Thresholds: As part of this more agile contracting method, the Government has provided Technical Exhibit 1 (attachment C) of the PWS for review with this RFI. The Technical Exhibit 1 will also reference Performance Thresholds, which will define the expected level of performance for each area identified. Section 2: Potential Methodologies: The example below is the current strategy the Government is considering. Attachment A is provided to showcase an example Price/Cost Attachment under methodology one. Based on the methodology provided below, the Government seeks industry feedback to determine if the methodology will enable industry to accurately price the effort with maximum flexibility to effectively manage performance, schedule and cost areas. If industry finds that the strategy is not sufficient, methodology two (Attachment B) allows industry to submit their own methodology for consideration. Methodology One: FFP Portion: (PWS 3.1, 3.2, 3.3, 3.4, 3.5) The Pricing Model will reference FFP CLINs for a period of performance (POP) of one year each (12 Months). The FFP CLIN structure will encompass PWS Paragraphs 3.1 through 3.5 (90% of the effort) on individual CLINS for each portion of the work. There will be one catch all CLIN for task orders on the FFP basis which will have an established ceiling value for the Level Of Effort, which cannot be identified at this time. However, the Government will provide historical information on services required in the past, to help establish a ceiling value when the Request for Proposal (RFP) is issued (not at this time). Contractors will propose fixed price CLINs for this work on a 12-month basis. CPFF Portion: (PWS 3.6) The CPFF CLIN will reference PWS paragraph 3.6 (10% of the effort). Contractors will propose rates for the SPAWARSYSCEN Atlantic standard labor categories, to be evaluated in accordance with RFP. Please see Methodology one in Attachment A. Methodology Two: Please see Methodology two in Attachment B for submitting your response and page limitations. RFI EVALUATION: 1. This notice is for planning purposes only and is not to be construed as a commitment by the Government. This is not a solicitation announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. Any questions shall be submitted to the Contract Specialist via the email address listed below by the specified date. Any questions submitted after the specified date may not receive responses. 2. Contractor support will not be utilized in the review and evaluation of RFI responses. 3. Responses specific to this RFI shall be submitted to SPAWARSYSCEN Atlantic code 22420JS via e-mail to Jessica.Stogner@navy.mil. Please use reference No. N65236- 18-R-0022 when responding to this RFI. a. The closing date for this RFI is: 14 September 2018 b. The closing time for this RFI is: 1400 Eastern Time c. The deadline for submission of questions specific to this RFI is 07 September 2018, 1600 Eastern Time. 05/22/2018: Pre-Acquisition Planning Industry Day for the Space and Naval Warfare Systems Center (SPAWARSYSCEN) Atlantic Command Operations Functional Support (COFS) Contract 1. SPAWARSYSCEN Atlantic will hold a Pre-Acquisition Planning Industry Day for Solicitation N65236-18-R-0022 on Tuesday, May 22, 2018 from 12:00-16:00. The industry day will be held at the Trident Technical College Culinary Arts Building 920, Salon F-G, 7000 Rivers Avenue, N. Charleston, SC 29406 2. The purpose of this industry day is to: 1) provide specific information on the anticipated requirements for the COFS procurement; and 2) provide prospective offerors with an opportunity to ask questions and provide feedback to the Government. 3. SPAWARSYSCEN Atlantic anticipates releasing a draft Performance Work Statement (PWS) for this procurement through the SPAWAR e-Commerce website (https://e- commerce.sscno.nmci.navy.mil). Market research is currently being conducted on this procurement. Once an acquisition plan has been approved, the Government anticipates releasing a draft RFP for this procurement. The projected timeframe for draft RFP release is 1st Quarter of FY19. 4. Attendee limitation: Due to limited seating and parking, prospective offerors will be limited to three attendees per company. If you plan on attending, please register no later than 1700 on 15 May 2018. A link for registration will be provided on the SPAWAR e- Commerce website later this week. 5. The industry day will include presentations from both contracting and technical personnel involved with the COFS requirement. There will also be a question and answer session at the conclusion of the presentations. All questions submitted before, during, and after the industry day will be recorded and posted to the SPAWAR E-Commerce website. Additionally, all information presented at the industry day will be made available through the SPAWAR E-Commerce website. We recommend prospective offerors subscribe to the solicitation (N65236-18-R-0022) so that they will be notified of any changes/new posting. 6. Industry Day will also include an opportunity for brief one-on-one breakout sessions with Government technical and contracting personnel. Each company may request a 15- minute session when they register at the link to be provided on the SPAWAR e- Commerce website later this week. Sessions will be scheduled on a first come, first served basis. 7. Attendance at the industry day is NOT a requirement and in no way prohibits any company from submitting a proposal in response to any forthcoming solicitation. Further, prospective offerors are not required to attend the industry day in order to obtain presentation material or submit questions. 8. The link to the Industry Day E-Invite and Registration is provided here: https://einvitations.afit.edu/inv/anim.cfm?i=396829&k=01684401795E 9. Draft PWS is now provided as an attachment below. *********************************************************************** Command Operations Functional Support (COFS) Description/Scope This effort supports operational functions and responsibilities primarily within the Corporate Operations Competency and seeks to align selective supporting services to gain efficiencies in processes, expedience to capabilities and Financial Improvement and Audit Readiness (FIAR) compliance support to achieve the Command's primary goal of Integrated Product Team (IPT) success. The Command is seeking a single contractor to apply a holistic approach to managing support functions with the intent to rapidly make assets and resources available to the IPT. The expectation is that one contractor can readily identify and improve process efficiencies with a flexible workforce.

Point of Contact - Elisha H Kidwell, Contract Specialist, 843-218-4535; Elizabeth A Norris, Contracting Officer, 843-218-3578

Contract Specialist

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP