SPAWAR posts presolicitation notice for NM RIL support

On December 14, the Space and Naval Warfare Systems Command issued a presolicitation notice for Network Management Reference Implementation Laboratory (NM RIL) Engineering Services and Support (Solicitation Number: N66001-17-R-0154).

The Department of the Navy, Space and Naval Warfare Systems Center, Pacific (SSC Pacific), intends to issue Request for Proposal (RFP) No. N66001-17-R-0154 to obtain Network Management Reference Implementation Laboratory (NM RIL) support for the Communications Division (Code 55200). This requirement includes support to NM RIL in its continuing effort to maintain the Joint Enterprise Network Manager (JENM) product for Product Lead (PL) JENM, where the PL JENM has overall responsibility for the deployment and sustainment of the JENM software.

SSC Pacific Communications Division requires support for evaluation of both existing and developing communications technology. This procurement will support SSC Pacific in the goal of assisting the Department of Defense (DoD) and the Navy in identifying, implementing, developing, improving and enhancing the Command, Control, Communications, Computers, & Intelligence (C4I) and network centric warfare concept called Information Dominance. Communications Division programs consist of communications systems covering the entire spectrum from very low frequency (VLF) through laser; wideband, narrowband and protected communications on afloat, ashore, airborne, submerged, and space based platforms. This effort consists of support relating to the areas of management, engineering, technical assistance, integrated logistics, facilities, implementation/integration, discrete signal processing experience radar signal processing and detection/classification, instrumentation, radio frequency (RF) data acquisition, software development Information Assurance system hardening, graphical user interface (GUI) design, application interface definitions, onsite technical assistance, and security.

The proposed requirement will be solicited under full and open competition, with multiple awards anticipated, and one or more awards reserved for small business if one or more small business prime contractors are found to represent best value to the Government in terms of both technical capability and price/cost reasonableness. The market research survey for this procurement, SSC-Pacific_MKTSVY_13F88E, was published on E- Commerce and FBO.gov on 03 August 2017. The SSC Pacific Small Business Office (SBO) concurred with the acquisition strategy decision on 07 September 2017.

The anticipated action will include multiple Indefinite-Delivery/Indefinite-Quantity (IDIQ) Cost-Plus-Fixed-Fee (CPFF) type contracts. The prospective contracts will have a six year ordering period. The estimated level-of-effort is 174,720 labor hours per year with an estimated total dollar value of $95,000,000. Awardees of contracts under this solicitation will compete for orders pursuant to the ordering process at FAR 16.505(b). The North American Industry Classification System (NAICS) Code is 541330 Engineering Services, and the Small Business Size Standard is $38.5M. Security classification will vary from Unclassified to SECRET classification. This is a new requirement.

It is currently anticipated that RFP N66001-17-R-0154 will be released in December 2017.

Full information is available here.

Source: FedBizOpps