The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division (NSWC IHEODTD) is tasked by the Naval Air Systems Command (NAVAIR) to provide engineering, technical, administrative and programmatic support for total Life Cycle Management of the various aircrew escape systems managed under the Joint Program Office (JPO) for Cartridge Actuated Device/Propellant Actuated Device (CAD/PAD) Tri-Service Charter. The multiple types of mission assignments within the Office require on-going engineering, technical, administrative and program management support to ensure the latest state-of-the-art technologies required are available to complement the requirements and responsibilities of this Office. The task areas of support are as follows: TASK 1- Development, Product Improvement and Prototyping Support; and Qualification and Product Support. TASK 2- Ordnance Assessment and Quality Evaluation Support; and TASK 3- Technical Consulting Support. The government intends to award multiple Indefinite Delivery Indefinite Quantity contracts with Firm Fixed Price task orders. It is anticipated that this effort will have a 5- year ordering period of performance. The Government intends to make multiple awards for each specific task area. The method of Source Selection will be based on an Acceptable Technical and Acceptable or Unknown Past Performance.
The government reserves the right to make more than one award for each task. Task one (1) and Task two (2) will be Full and Open. Subcontracting plans shall be provided by all offers other than small business. Task three (3) will be 100% set-aside for small business.
Administration and Fair Opportunity amongst the IDIQ holders will be conducted within the SeaPort-o portal. Vendors do not have to be current SeaPort-e MAC holders, but will have to register for SeaPort-o accounts and that will be handled after the initial award of the IDIQ.
The NAICS Code is 541330 with a size standard of $38,500.000. The FSC Code is R425.
This solicitation notice will be posted to the Federal Business Opportunities (FBO) page located at https://www.fbo.gov/. The solicitation will be available in electronic format only. Paper copies of the solicitation, amendments, drawings and maps will not be provided. IT IS THE CONTRACTOR'S RESPONSIBILITY TO CHECK THE WEBSITE DAILY FOR ANY AMENDMENTS AND OTHER INFORMATION PERTAINING TO THIS SOLICITATION. Once the RFP has been posted, all technical/contractual questions must be submitted in writing to: amy.anokye@navy.mil. In the email, please clearly indicate your company name, section and paragraph number of the RFP or specification as applicable.
IMPORTANT NOTICE: Previously, offerors were required to register in the Central Contractor Registration (CCR) database and have an active registration in CCR prior to completing their Reps and Certs (Section K of the RFP) in the Online Representations and Certifications Application (ORCA) prior to award of a contract. Offerors are now required to complete their registration in the System for Award Management (SAM) database via the website https://www.sam.gov. If an offeror previously had an active CCR/ORCA account, the offerors' information has automatically been incorporated into the SAM database. Offerors are strongly encouraged to review their information in SAM to be current and up to date.
Failure to register in SAM makes an offeror ineligible for award of Department of Defense contracts.