SOLICITATION NOTICE
M -- Operation and Maintenance of ROTHR System
- Notice Date
- 3/18/2010
- Notice Type
- Presolicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- N00189 FISC NORFOLK, PHILADELPHIA OFFICE 700 Robbins Avenue, Building 2B Philadelphia, PA
- ZIP Code
- 00000
- Solicitation Number
- N0018910RZ052
- Response Due
- 4/5/2010
- Archive Date
- 4/20/2010
- Point of Contact
- Caitlin Sontowski 215-697-9675
- E-Mail Address
-
caitlin.sontowski@navy.mil
(caitlin.sontowski@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Fleet and Industrial Supply Center (FISC) Norfolk Contracting Department Philadelphia Office intends to solicit on an unrestricted basis a requirement for Operation and Maintenance (O&M) services in support of the Forces Surveillance Support Center (FSSC) Relocatable Over the Horizon Radar (ROTHR) System. The ROTHR System is a radar system that detects and tracks drug trafficking activities in Northern South American and Caribbean and Gulf of Mexico basins. It is used by the Navy, North American Defense (NORAD), Customs, Drug Enforcement Agency (DEA), and other national security agencies. ROTHR Systems are located in Virginia, Texas, and Puerto Rico. The Contractor shall operate, maintain, and support the ROTHR Systems 24 hours per day, 7 days per week. Additionally, the effort includes systems engineering, engineering change proposal preparation and analysis, failure analysis, configuration management, preparation, installation and testing of field change kits, logistics support, training, and repair and refurbishment services. This requirement presents several challenges to the Contractor including having to work with a mature system, dealing with parts obsolescence, and the Government does not possess the Level III technical data associated with this unique legacy system. The Solicitation and resulting Contract will include a combination of Cost Plus Award Fee (CPAF) and Firm Fixed Price (FFP) line items. The Period of Performance will be for a Base Year plus Four (4) One-Year Option Periods. There will also be a ninety (90) day ramp-up time prior to commencement of services. Services are required to commence on 01 August 2011. See Numbered Note 26. It is anticipated that a Request for Proposal (RFP) for this requirement will be posted at the Navy Electronic Commerce Online (NECO) website (www.neco.navy.mil) on or about 01 June 2010, with the closing date for the receipt of offers to be set forth in the RFP. A hard copy of the solicitation will not be made available. Offerors shall be required to submit both technical and cost proposals. The Navy's evaluation of proposals will consider the offeror's technical proposal more important than the offeror's cost proposal. All responsible sources may submit a proposal which shall be considered by the Government. Offerors must be registered in the Central Contractor Registration (CCR) database to be considered for award. See www.ccr.gov for further information and instructions. Further, offerors are required to go on-line to the Business Partner Network at http://orca.bpn.gov to complete their Online Representations and Certifications Application (ORCA) prior to submittal of a proposal.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018910RZ052/listing.html)
- Record
- SN02097071-W 20100320/100318235857-2adc55bbdb88271501418a6a695a4395 (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 |