Search Contract Opportunities

SSC Atlantic 8(a) 'Incubator' MAC   19

ID: N65236-12-R-0026 • Type: Presolicitation

Description

This posting is NOT a Request for Proposals. SPAWAR Systems Center (SSC) Atlantic intends to issue a Request for Proposal (RFP) to procure services and solutions in support of SSC Atlantic's mission to rapidly deliver and support solutions that enable information dominance for our Naval, Joint, National and Coalition Warfighters. SSC Atlantic has requirements for Command, Control, Communications, Computers, Combat Systems, Intelligence, Surveillance, Reconnaissance (C5ISR) electronics and communications services and solutions in support of mission capabilities within its Portfolio mission areas. SSC Atlantic has developed an acquisition strategy centered on these primary business portfolios. The proposed acquisition ("8(a) Incubator") augments this strategy by providing a multiple-award vehicle through which SSC Atlantic can meet its mission needs while providing an opportunity for firms in the developmental phase of the 8(a) Business Development Program to build their competitive and institutional know-how in a competitive environment. The proposed acquisition anticipates a multiple award, Indefinite Delivery/Indefinite Quantity (IDIQ), Performance-Based, Cost-Plus-Fixed-Fee type contract with provisions for Firm-Fixed-Price and Fixed-Price incentive orders. The expected period of performance is a one-year base period with two one-year option periods. The total potential ceiling is estimated at $99M. Successful offerors will share the ceiling until it is exhausted by task orders. No task orders or funding are guaranteed beyond the minimum guarantee stated in the forthcoming RFP. It is anticipated that some task orders awarded under the proposed contract may be issued on a sole-source basis under the authority of 10 USC 2304 (c)(5) and FAR 16.505(b)(2)(i)(E). Places of performance will include SSC Atlantic and SSC Atlantic customer locations, CONUS and OCONUS, but primarily within the Charleston, SC; New Orleans, LA; and Tidewater (Virginia) areas. Eligibility will be limited to those firms in the developmental phase of the 8(a) Business Development Program (13 CFR 124.507(c)(1)), SBA approved 8(a) joint ventures (13 CFR 124.513(a)(1)) where at least one participant is in the developmental phase of the 8(a) Business Development Program at offer submission, and SBA approved Mentor-Protg joint ventures provided the Protg firm is still in the developmental phase of the 8(a) Business Development Program at the time the offer is submitted (13 CFR 124.520(d) (1) and 13 CFR 124.507(c)(1)). No informal or undocumented joint ventures will be eligible. Please note: Eligibility requirements will be strictly enforced, and documents clearly establishing a firm or joint venture's eligibility will be requested in the forthcoming RFP. Firms failing to provide sufficient documentation will NOT be evaluated. When the RFP is posted please read the documentation requirements carefully. Due to time constraints in the RFP process and the high workload at the SBA, the Government recommends requesting appropriate documents from SBA as soon as possible (prior to issuance of the RFP if possible). Documents from CCR, SAM, or other government-wide systems will not be sufficient. Please see the document attached to this posting for details regarding eligibility and documentation of eligibility. Awards will be made using the tradeoff process to firms determined to represent the best value to the Government. At this time, the Government expects to evaluate technical capability, management approach, past performance, and cost, with technical capability, management approach, and past performance being more important than cost. As soon as practicable, a more detailed draft Performance Work Statement, Section L, and Section M will be posted along with a forthcoming market survey (prior to RFP release) that will invite eligible firms to provide input on their capability to perform the proposed requirements and the proposed evaluation process. At this time, the Government does not anticipate utilizing specific dollar value limitations for determining relevance of experience/capabilities. Please submit all questions/comments concerning this announcement, in writing only, to matthew.g.hudson@navy.mil.

Overview

Response Deadline
Jan. 28, 2013, 12:00 a.m. EST Past Due
Posted
Jan. 17, 2013, 8:57 a.m. EST
Set Aside
8(a) (8A)
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$25.5 Million
Pricing
Fixed Price; Cost Plus Fixed Fee; Fixed Price Award Fee;
Evaluation Criteria
Best Value
Est. Level of Competition
Sole Source
Odds of Award
63%
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
88% of obligations for similar contracts within the Department of the Navy were awarded full & open.
On 1/17/13 Naval Information Warfare Systems Command issued Presolicitation N65236-12-R-0026 for SSC Atlantic 8(a) 'Incubator' MAC due 1/28/13. The opportunity was issued with a 8(a) (8A) set aside with NAICS 541330 (SBA Size Standard $25.5 Million) and PSC 58.
Primary Contact
Name
Point of Contact - Matthew G Hudson, Contract Specialist, 843-218-2136; Jackie Luna, Contracting Officer, 843-218-5959 Contract Specialist
Email
Phone
None

Secondary Contact

Name
None
Phone
None

Documents

Posted documents for Presolicitation N65236-12-R-0026

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation N65236-12-R-0026

Award Notifications

Agency published notification of awards for Presolicitation N65236-12-R-0026

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation N65236-12-R-0026

Contract Awards

Prime contracts awarded through Presolicitation N65236-12-R-0026

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation N65236-12-R-0026

Similar Active Opportunities

Open contract opportunities similar to Presolicitation N65236-12-R-0026

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > SPAWAR > SPAWAR LANT > NIWC ATLANTIC
FPDS Organization Code
1700-N65236
Source Organization Code
100076484
Last Updated
Feb. 27, 2013
Last Updated By
PI33_DR_IAE_51681
Archive Date
Feb. 27, 2013