THIS IS FOR SYNOPSIS: N00178-06-R-4000

Submitted by: Seaport e Team NAICS Code: _541330 FSC Code: AD25

Anticipated Date to be published in FEDBIZOPS: 20 December 2005

Anticipated Solicitation Issue Date: 24 February 2006

POC Name: XDS106 Telephone#: 540-653-7087 Fax Number 540-653-7016

Email Address:

Description and Code (To be used on the homepage): AD – System Engineering and Analysis/Advanced Technology Support

Type of Action (Synopsis, Solicitation, etc.) Please fill in what the latest action needed is: Synopsis

Response Date: 24 March 2006 (Required Field in NECO)

Block 17/Description-Synopsis Text:

This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at and the Navy Electronic Commerce on Line (NECO) site located at While is it understood that FBO is the single point of entry for posting of synopses and solicitations to the internet, NECO is the alternative in case FBO is unavailable. The Naval Surface Warfare Center, Dahlgren Division, on behalf of the Naval Sea Systems Command and the Navy Virtual SYSCOM (partners NAVSUP, NAVAIR, SPAWAR, and NAVFAC) and other Navy activities, is conducting a rolling admission per the terms and conditions of the SeaPort Enhanced (Seaport e) Multiple Award Contracts. The purpose of this rolling admission is to expand the contractor base by awarding additional Indefinite Delivery/Indefinite Quantity (ID/IQ) prime contracts. Existing prime contractors will also have the opportunity to expand their presence in other geographical zones to allow them to compete for awards in those zones. The NAICS size standard for Small Business is $25 Million. Current Seaport e contracts have the following characteristics: Award was made on a Best Value Evaluation. ID/IQ contracts with Firm Fixed Price (FFP), Cost Plus Fixed Fee(CPFF), Cost Plus Incentive Fee (CPIF), and Cost Plus Award Fee (CPAF) Task Orders. No T&M orders are allowed. Requirements are fulfilled competitively on a task order basis by individual ordering offices. Heavy emphasis is placed on Performance Based Orders. Goal is to award 33% of total obligated dollars to small businesses as prime contractors. Large business awards have a minimum Small Business Subcontracting Goal of 20% of the dollars obligated. One award as a Prime Contractor is allowed to individual companies; however a contractor may be a subcontractor to multiple Primes. There are seven geographic zones, Northeast; National Capital; Mid-Atlantic; Gulf Coast; Midwest; Pacific Northwest; and Southwest. Task orders are competed in the zone that is the principal place of performance. Limits on pass-through, maximum fees, annual escalation, and cost savings are required. Awards made during the rolling admissions process will have the same or similar characteristics. Oral proposals are not contemplated. Awards are intended to be made on initial offer without discussions. The Government desires an increase in small business, hubzone, WOSB, SDVOSB, and 8(a) participation. Businesses in these categories are encouraged to submit offers as primes. Information concerning this rolling admission is available on the Seaport homepage at Copies of the original solicitation (N00178-04-R-4000), the previous Rolling Admissions solicitation (N00178-05-R-4000), the original Rolling Admissions Industry Brief (dated November 2004), and the questions and answers to the previous solicitations can currently be found on the homepage. The solicitation number is N00178-06-R-4000. The target date for the Rolling Admissions awards is mid June 2006. It is the potential offeror’s responsibility to monitor the Seaport site for the release of the solicitation, amendments, and supporting information.