DOCUMENT
A -- Research and Development Services for Surface Electronic Support Capability Augmentation Packages (SECAP) utilizing a modernized High Probability of Intercept (HPI) component - Attachment
- Notice Date
- 3/26/2012
- Notice Type
- Attachment
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
- Solicitation Number
- N0018912R0035
- Point of Contact
- John North, Contract Specialist 757-443-1230 John W. North
- E-Mail Address
-
Logistics
- Small Business Set-Aside
- N/A
- Description
- The U.S. Fleet Cyber Command/U.S. Tenth Fleet, has a requirement for Research and Development (R&D) services for a Surface Electronic Support Capability Augmentation Packages (SECAP) utilizing a modernized High Probability of Intercept (HPI) component that exceeds current SECAP system antenna capabilities. Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk (FLCN) intends to negotiate using the procedures of FAR Part 15 Contracting by Negotiation , a SOLE SOURCE cost plus fixed fee completion type contract with General Dynamics Advanced Information Systems, Inc., (GDAIS), at 12450 Fair Lakes Circle, Suite 800, Fairfax, VA 22033-3865. The contractor shall perform research and development services to develop a SECAP system prototype with a modernized HPI component. These services are required due to current HPI parts obsolescence, to meet operational requirements, and to produce an antenna design that exceeds current SECAP system antenna capabilities. Since GDAIS developed the SECAP prototype and this requirement is a follow-on to a development effort, it has been determined that awarding to anyone other than GDAIS would cause considerable unacceptable delays and significant duplication of cost. The authority cited for this sole source acquisition using other than full and open competition is FAR 6.302-1(a)(2)(ii). The period of performance for the resulting contract will be for one (1) twelve-month base period including FAR Clause 52.217-8 Option to Extend Services . All options will be evaluated in accordance with FAR 17.206(a). This notice of intent is NOT a request for competitive proposals; however, all responsible sources may submit a proposal, which shall be considered by the agency. A complete solicitation package will be available on or about 11 April 2012, for download via NECO at http://www.neco.navy.mil or FEDBIZOPPS at http://www.fedbizopps.gov http://www.neco.navy.mil. 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. The North American Industry Classification System (NAICS) code for this acquisition is 541712. Potential contractors are hereby notified that the solicitation and subsequent amendments to the solicitation will ONLY be available for download at the above site; this office will no longer issue hard copy solicitations. By submitting an offer, the vendor is self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the offer. By submission of an offer, the contractor acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the CCR database will make a contractor ineligible for award. Contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov. All questions regarding this requirement should be directed to the POC via e-mail.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018912R0035/listing.html)
- Document(s)
- Attachment
- File Name: N0018912R0035_SECAP_Synopsis_V1.doc (https://www.neco.navy.mil/synopsis_file/N0018912R0035_SECAP_Synopsis_V1.doc)
- Link: https://www.neco.navy.mil/synopsis_file/N0018912R0035_SECAP_Synopsis_V1.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N0018912R0035_SECAP_Synopsis_V1.doc (https://www.neco.navy.mil/synopsis_file/N0018912R0035_SECAP_Synopsis_V1.doc)
- Record
- SN02705290-W 20120328/120326234347-e09739a2a5852939ac7354a1ebd3809b (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 |