*********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