Original Post: See below for updates
The Space and Naval Warfare Systems Center, Pacific (SSC PAC) Training
Development
and Support Center Branch, Code 43120, requires a contract to provide training
support
to SSC PAC, Space and Naval Warfare Systems Center, Atlantic (SSC LANT), Space
and
Naval Warfare Systems Command (SPAWARSYSCOM), Naval Air Systems Command
(NAVAIR), Naval Supply Systems Command (NAVSUP), and Naval Sea Systems
Command (NAVSEA) in support of Space and Naval Warfare (SPAWAR) systems and
products integrated on their platforms.
Requirements include experience and capabilities to provide essential
technical,
analytical, and developmental services support on the following, but not
limited to;
Command, Control, Communications, Computers, Intelligence, Surveillance, and
Reconnaissance (C4ISR) systems (e.g. Automated Digital Network System (ADNS),
Global Command and Control System-Maritime (GCCS-M), Computer Network Defense
(CND), training systems (e.g. Virtual Hosting Environment (VHE), Network
Security
Vulnerability Technician (NSVT), support equipment, Joint systems (e.g. Joint
High Speed
Vessel (JHSV) and Foreign Military systems. The general areas of expertise
required
include: (1) General Task Program Related Training, and (2) General Task
Advanced
Training Concepts.
This acquisition is a follow-on effort to a Multiple Award Contract (MAC) with
a similar
scope to this effort. The incumbent contract numbers are N66001-14-D-
0105/0106/0107/0108. The incumbent contractors are Mantech Systems Engineering
Corporation, Kratos Technology & Training Solutions, Salient Federal Solutions,
Inc., and
Science Applications International Corporation. The ordering period of the
predecessor
MAC is 12 March 2014 to 10 September 2017.
A market survey to determine small business capability was posted on SPAWAR E-
Commerce Central on 30 January 2017 under reference number MKTSVY_12FE26.
After
thorough review of the small business respondents' capabilities, SSC Pacific
intends to
solicit the requirement SSC Pacific intends to solicit the requirement using
full and open
competition, with a reserve included for one (1) or more awards for SB if one
(1) or more
SB prime contractors are found to represent the best value to the Government,
both in
terms of technical capability and cost reasonableness. SSC PAC Small Business
Office
(SBO) concurs with the acquisition strategy decision.
SSC PAC intends to issue a solicitation (RFP N66001-17-R-0224) for a multiple
award,
Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract with Cost Plus Fixed
Fee (CPFF)
CLINs for Services, Cost Reimbursement Contract Line Item Numbers (CLINs) for
Materials and ODC (inclusive of travel) costs. No fee will be allowed under
the Cost
Reimbursement CLINs for Material and ODC. The contract is expected to have a
base
period of three years, with two one-year option periods. This proposed contract
has
security requirements at the Secret level. The annual estimated level of
effort is 76,838
per year with a 5 year total estimated level of effort of 384,190 hours. The
North
American Industry Classification System (NAICS) Code is 541330 Engineering
Services
with a size standard of $38.5 million.
THE ATTACHED DOCUMENT (PERFORMANCE WORK STATEMENT) PROVIDES CRITICAL
INFORMATION APPLICABLE TO THE SOLICITATION. THIS IS NOT A REQUEST FOR
PROPOSALS. THIS IS FOR INFORMATIONAL PURPOSES ONLY.
The estimated release date of the solicitation is 12 April 2017. Electronic
copies of the
solicitation, when released, will be available for download via the Space and
Naval
Warfare Systems Command E-Commerce Web Page at https://e-
commerce.sscno.nmci.navy.mil under SSC PACIFIC - Open Solicitations. Hard copy
versions of the RFP and any subsequent amendments will not be available. Firms
are
encouraged to review the website regularly for important solicitation
information.
For questions concerning this action, contact Sharla van Bramer, Contract
Specialist,
sharla.vanbramer@navy.mil, 619-553-4516.
Anticipated Acquisition Strategy Information N66001-17-R-0224
Total Estimated ODC (Base plus all options)- $7.5M
Total Material (Base plus all options) - $5.65M
Period of Performance Base: Three (3) Years
Option 1: One (1) Year
Option 2: One (1) Year
Source Selection Strategy: Best Value Tradeoff
Written Capability Information
(No Oral Presentations)
Evaluation Factors:
1. Technical Capability Task Order Sample
2. Past Performance
3. Small Business Participation
Historical Workload
Historically on average there have been approximately 15-20 task orders awarded
per
year with an approximate Period of Performance (POP) of one year. This workload
is
provided for informational purposes only and shall not be construed as
forecasted/anticipated workload under the contract resulting from this
solicitation.
-------
Updated: 04/06/2017
The estimated release date of the solicitation is 20 April 2017.
-------
Updated: 04/25/2017
The estimated release date of the solicitation is no later than 11 May 2017.
-------
Updated: 05/04/2017
The purpose of this update is to post the RFP and all attachments.
-------
Updated: 05/10/2017
The purpose of this update is to inform the offerors that all questions are to
be submitted
electronically or via e-mail no later than Monday, 15 May 2017, 15:00 PST.
Point of Contact - Sharla S van Bramer, Contract Specialist, 619-553-4516; Richard R Hammersmith, Contracting Officer, 619-553-4482
Contract Specialist