SPECIAL NOTICE
99 -- 10 U.S.C. 2304(c)(1) Synopsis Update - Ridgewood Technology Partners COMPASS Requirement
- Notice Date
- 2/9/2016
- Notice Type
- Special Notice
- Contracting Office
- 4301 Pacific Highway Bldg OT4 Code 02, San Diego CA 92110-3127
- ZIP Code
- 92110-3127
- Solicitation Number
- N00039_SNOTE_000C9202
- Archive Date
- 3/9/2016
- E-Mail Address
-
Contract Specialist
(ian.robinson1@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This synopsis is an update to the synopsis posted on November 19, 2015 under solicitation number N00039-16-R-0018. The Space and Naval Warfare Systems Command (SPAWAR), on behalf of the Navy Program Executive Office for Enterprise Information Systems (PEO EIS) PMW-205, intends to award a sole-source contract under solicitation number N00039-16-R-0018 to Ridgewood Technology Partners, LLC, 11800 Sunrise Valley Drive, Suite 1450, Reston, Virginia 20191-5311. Justification to procure using other than full and open competition is made pursuant to 10 U.S.C. 2304(c)(1) Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements. This effort represents a follow-on effort to contract N00039-14-C-5245, which was awarded to Ridgewood Technology Partners on a sole-source basis under the authority of 10 USC 2304(c)(1). A follow-on sole-source effort is necessary because Ridgewood provides highly specialized services and it is likely that any other source would result in substantial duplication of cost to the Government that is not expected to be recovered through competition. The contract will be issued on a cost-plus-fixed-fee basis for a one-year base year and four, one-year option periods. The estimated value (base plus options) is approximately $9.3 million. Ridgewood provides commercial software engineering support for a tool called COMPASS, which consists of a front-end user interface and a back-end logic engine. Ridgewood has restricted rights to the back-end logic engine, and the front-end user interface is dependent upon the back-end. The Government determined that competing the back-end logic engine would result in substantial duplication of costs and could result in compatibility issues with the already developed front-end. Front-end technology consists of the User Interface functionality of the COMPASS software, including user experience, static workflow, user interface logic, and user screens. The Government has Government Purpose Rights to the front-end technology. Back-end technology consists of the core functionality of the COMPASS software tool, including registration, backend workflow, administrative and REST Application Program Interface (API). The front-end technology is not functional without the back-end logic engine. The proposed sole-source effort will provide the following services in the sustainment of the front-end user interface: Program Management; Software Engineering; Software Testing; Implementation and Integration Support; and User Training. This notice of intent is not a request for competitive proposals or a solicitation of offers. However, all expressions of interest received within fifteen days after the date of this synopsis will be considered by the Government. Any submissions will not be reimbursed by the Government and the entire costs of any submission will be at the sole expense of the source submitting the information. A determination by the Government not to compete this proposed contract action 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 information al purposes only. Any expressions of interest shall be submitted to Ian Robinson, Contract Specialist, at ian.robinson1@navy.mil The North American Industry Classification System (NAICS) code for this requirement is 541512.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARHQ/N00039_SNOTE_000C9202/listing.html)
- Record
- SN04014165-W 20160211/160210042103-dcd141013e9cb405f1f6255ebd6e182f (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 |