NRL Code 6900 IT Support
Agency: | DEPT OF DEFENSE |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159708826531181 |
Posted Date: | Jun 30, 2023 |
Due Date: | Aug 24, 2023 |
Solicitation No: | N0017323RMB14 |
Source: | https://sam.gov/opp/d01e03e717... |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Presolicitation (Original)
- All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Jun 30, 2023 08:32 am EDT
- Original Response Date: Aug 24, 2023 02:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Sep 08, 2023
-
Initiative:
- None
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: DF01 - IT AND TELECOM - IT MANAGEMENT SUPPORT SERVICES (LABOR)
-
NAICS Code:
- 541513 - Computer Facilities Management Services
-
Place of Performance:
Washington , DC 20375USA
The Naval Research Laboratory (NRL) intends to issue a solicitation for Information Technology support for NRL’s Code 6900 Center for Bio/Molecular Science and Engineering (CBMSE, Code 6900) and Laboratories for Computational Physics and Fluid Dynamics (LCP&FD, Code 6040). The contractor shall be required to provide day-to-day information technology support in the development, implementation, modification, maintenance, and enhancement of the automated systems supporting CBMSE and LCP&FD. CBMSE and LCP&FD maintain computing facilities on the NRL-DC main campus in support of scientific and management activities. The contractor provided support shall include, but not be limited to,the following:
Task I – System Administration and Help Desk Support
Task II – Bioinformatics and Data Analytics
Task III – Sensitive Processing/Computing
Task IV – High Performance Computing
It is anticipated that a five year (base and four option years) contract will be awarded with both Firm Fixed Price (FFP) and Cost plus Fixed Fee (CPFF) provisions. The estimated level of effort for the full five year period of performance is 39,750 hours. Award will be made based on best value to the Government through the tradeoff source selection process. This acquisition will be solicited as a 100% small business set-aside IAW FAR Subpart 6.2, Full and Open Competition after Exclusion of Sources. The North American IndustryClassification System (NAICS) code for this procurement is 541513, with a Small Business Size Standard of $37MIL.
This is a pre-solicitation notice, no solicitation has been issued; therefore, do not request a copy of the solicitation. To be eligible for award, Offerors must be registered in the SAM.GOV database. It is anticipated that the solicitation will be available at SAM.GOV by August 2023. Paper copies of the solicitation will not be issued. The solicitation may be accessed electronically only via the SAM.GOV website. Offerors are responsible for routinely checking the SAM.GOV website for any possible solicitation amendments that may be issued.
Both the Level of Security Clearance and Safeguarding for Classified Information Material at the Contractor Facility are Top Secret.
Location:
The primary place of performance is the Naval Research Laboratory, Washington D.C. 20375-5320.
The incumbent contractor is:
Information Delivery Systems, Inc.
7305 Quetzal Drive
Bowie, MD 20720
- 4555 OVERLOOK AVE SW
- WASHINGTON , DC 20375-5328
- USA
- Michael Broomfield
- michael.broomfield@nrl.navy.mil
- Phone Number 2028759785
- Jun 30, 2023 08:32 am EDTPresolicitation (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.