SOLICITATION NOTICE
R -- Program Support Services Bridge Contract to TASC Inc, a wholly owned subsidiary of Northrop Grummman Corporation
- Notice Date
- 10/8/2009
- Notice Type
- Presolicitation
- NAICS
- 541618
— Other Management Consulting Services
- Contracting Office
- N00024 NAVAL SEA SYSTEMS COMMAND, DC 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC
- ZIP Code
- 00000
- Solicitation Number
- N0002410R5344
- Response Due
- 10/26/2009
- Archive Date
- 12/30/2009
- Point of Contact
- Rodney Ragsdale 202-781-3252
- Small Business Set-Aside
- N/A
- Description
- The Naval Sea Systems Command (NAVSEA) has a requirement for a bridge contract to continue professional support services in support of the Program Executive Office Integrated Warfare Systems (PEO IWS) 3.0 Surface Ship Weapons Programs. As such, NAVSEA intends to award a sole source contract to TASC Inc, 100 Brickstone Square, Andover MA 01810, a wholly owned subsidiary of Northrop Grumman Corporation. The Cost Plus Fixed Fee (CPFF) contract will be for continuing professional support services while a separate competition for these requirements is taking place. The intended sole source effort includes continuing program office executive services support, financial management services support; and, acquisition and program management services support. It also provides engineering and technical services support, production services support; and In-service/Integrated Logistics Support (ILS) services for the STANDARD Missile, Rolling Air Frame Missile (RAM) and Vertical Launcher System (VLS) programs for U.S., international, and Foreign Military Sales production and in-service support efforts. The contract consists of a 12 month base with one 3 month option and will provide required services only until completion of the full and open competition for contractor support services to PEO IWS 3.0, under the NAVSEA SEAPORT contracting initiative. The contract will be awarded pursuant to 10 U.S.C. 2304(c)(1), Only one or a limited number of responsible sources and no other type of supplies or services will satisfy agency requirements. No other firm possesses the technical expertise, engineering background, or specific IWS 3.0 program expertise required to perform the effort in a cost effective manner and meet the required Fleet requirements and schedule. Any interruption in service will result in unacceptable risk to the United States Navy missile and VLS delivery and maintenance schedules. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This synopsis is for informational purposes only and for the benefit of potential subcontractors. Companies interested in subcontracting opportunities should contact Northrop Grumman (TASC) directly.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002410R5344/listing.html)
- Record
- SN01982679-W 20091010/091008235337-221f20c9f01153139387a3ae0124acf7 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |