Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:N0017324RBZ01
This is a notice of proposed contract action (synopsis) in accordance with FAR Subpart 5.2 The Naval Research Laboratory (NRL) intends to issue a solicitation for research and development (R&D) engine...
This is a notice of proposed contract action (synopsis) in accordance with FAR Subpart 5.2 The Naval Research Laboratory (NRL) intends to issue a solicitation for research and development (R&D) engineering and technical support services. This effort shall provide comprehensive R&D and Operational Navy support and maintenance including mission and requirements analysis, system and subsystem design and development, prototype development, fabrication, systems engineering, sustainment engineering and support, test and evaluation, data collection and analysis and program management of assigned tasks. It is anticipated that a single award Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract with a five-year ordering period utilizing FAR Part 15. Task orders are expected to be issued on a Cost-Plus-Fixed-Fee (completion and/or term) basis. Contract award will be made based on best value to the Government through the tradeoff source selection process. The proposed contract is planned as a Small Business Set-aside. The North American Industry Classification System (NAICS) code for this procurement is 541715 and the Product Service Code is AJ12. To be eligible for award, Offerors must have an active registration in the SAM database. Offerors may obtain registration information at https://www.sam.gov. No solicitation has been issued. It is anticipated that the solicitation will be made available via SAM (https://www.sam.gov) prior to 16 February 2023. Paper copies of the solicitation will not be issued. Once issued, the solicitation may be accessed electronically only via the SAM website. Offerors are responsible for routinely checking the SAM website for solicitation amendments that may be issued. Email is the only form of communication that will be accepted. Please do not call. Location: The primary place of performance is the Naval Research Laboratory, Washington D.C. 20375. The incumbent contractor(s) are: Applied Technology, Inc. DHPC Technologies, Inc. Envisioneering, Inc. PRAXIS, Inc. Attachment: DRAFT IDIQ SoW