Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 12, 2014 FBO #4613
SOLICITATION NOTICE

R -- ROTHR Program Office Support - Sole Source to WR Systems

Notice Date
7/10/2014
 
Notice Type
Presolicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N0018914RZ076
 
Response Due
7/17/2014
 
Archive Date
8/1/2014
 
Point of Contact
Lauren Lauver 215-697-5023
 
E-Mail Address
lauren.lauver@navy.mil
(lauren.lauver@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The NAVSUP Fleet Logistics Center Norfolk intends to acquire engineering and program support services for the Relocatable Over-the-Horizon Radar (ROTHR) system Program Office (RPO) in support of The Forces Surveillance Support Center (FSSC), Chesapeake, VA. The ROTHR System is a very unique radar system that uses high-frequency (HF) over-the-horizon (OTH) radar to track and detect drug trafficking activities in Northern South American and Caribbean and Gulf of Mexico basins. The FSSC RPO, whose mission it is to support ROTHR system operations, acts in all activities associated with support of the ROTHR System, including hardware/software configuration management, upgrade installation and Installation Verification and Validation (IV and V), system enhancement development, system performance diagnostics, Pre-Program-Product-Improvement (PPPI), ROTHR non-procurable parts re-engineering, ROTHR system logistic support, ROTHR-related budget and cost/benefit support, ROTHR system development, execution and upgrade, and coordination of ROTHR System improvements with international Over-the-Horizon Radar (OTHR) system efforts and other functions. The FSSC RPO requires contractor services in support of this RPO mission. The placement of an Indefinite Delivery, Indefinite Quantity (IDIQ), Cost-Plus-Fixed-Fee (CPFF), Performance-Based type contract that will allow the placement of task orders of various contract types tailored to the nature of specific, individual requirements is anticipated for a four year ordering period beginning on 15 April 2015. The applicable NAICS code is 541690 and the FSC is R408. The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source (WR Systems LTD.) under authority of 10 U.S.C. 2304(c)(1), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements, as implemented by FAR 6.302-1. The required highly specialized support services include Scientific, Engineering and Technical Assistance (SETA) services, programmatic, and fiscal support services are to be procured on a sole source basis as WR Systems is the only company with the knowledge and expertise to support this very unique system in accordance with the requirements of this solicitation. The Small Business office has reviewed this market research and concurs with the acquisition strategy identified herein. Challengers may identify their interest and capability to respond to the requirement by sending challenges to Lauren Lauver at lauren.lauver@navy.mil. This notice of intent is NOT a request for competitive proposals; however, all challenges to this sole source determination by the specified response date will be considered by the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. 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. The Government will not pay for information submitted in response to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018914RZ076/listing.html)
 
Record
SN03420786-W 20140712/140710235210-6a0a9e91384492671d77c9749ef13bc9 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.