SPECIAL NOTICE
99 -- Notice of Intent to Award Sole Source to Systems Engineering Support Company, Inc. (SESCO)
- Notice Date
- 2/15/2017
- Notice Type
- Special Notice
- Contracting Office
- 53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
- ZIP Code
- 92152-5001
- Solicitation Number
- N66001_SNOTE_000DF552
- Archive Date
- 3/3/2017
- E-Mail Address
-
Contract Specialist
(matthew.schupbach@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Department of the Navy, Space and Naval Warfare Systems Center Pacific (SSC Pacific) hereby publicizes its intention to solicit, negotiate, and award a Cost-Plus-Fixed-Fee (CPFF) contract on a noncompetitive basis with SESCO, located at 9333 Trade Place, San Diego, CA 92126-4390. The contract will procure equipment and services for the Maintenance Group (MG), which is the primary critical component of the AN/USQ-82(V) Data Multiplex System, which is a mission critical data distribution network installed on various Navy ships, and at shore sites. This acquisition will provide equipment and services primarily supporting the MG as follows: A) Fabrication, integration, testing and delivery of MG units and upgrade kits, including On-Board Repair Parts (OBRP), and Gigabit Ethernet Data Multiplexing System (GEDMS) Equipment Backup (GEB) for AN/USQ-82(V) systems; B) Support for the development of new MG systems and upgrade kits, including but not limited to requirements analysis, obsolescence support, design, engineering, environmental qualification, test and evaluation, documentation, logistics, configuration management and program management support; C) Support for the continued deployment of MG units through maintenance and field engineering. D) Maintenance of AN/USQ-82(V) obsolete parts inventory; delivery of parts to facilities as required to support production and repair; and, E) Providing MG related technical support to the design, implementation, testing, and production processes of new MG systems and upgrade kits. This effort will require a contractor with expertise in developments, certification testing and integrations, including the fiber optic interface design, special cabling, support materials, components, operating system, application software, device drivers, hardware specifications, and system/subsystem specifications of the MG. SESCO has successfully coordinated and conducted all environmental tests, electromagnetic interference, shock, noise and vibration testing at SSC Pacific and has successfully completed the heavy weight shock testing for each MG equipment upgrade. MIL S 901 (D) states that any change of the integration company and/or significant equipment change will require complete environmental retesting and certification before its use will be allowed on a DDG AEGIS Destroyer. Retesting and recertification is cost prohibitive and will result in unacceptable delays in MG installation and unavailability of warships to the US Navy and foreign Governments. Based on the aforementioned facts, only one responsible source and no other supplier or services will satisfy agency requirements in accordance with FAR 6.302-1. Be advised that the aforementioned information is anticipatory in nature and is not binding. This notice is not a request for competitive proposals; however, any firm believing that they can fulfill the requirement of providing the equipment and services may be considered by the agency. Interested parties may identify their interest and capabilities in response to this synopsis, and must clearly show the firms ability to be responsive without compromising the quality, accuracy, and reliability of equipment and services provided. Any comments, questions or concerns regarding this notice may be submitted via e-mail to matthew.schupbach@navy.mil. Anticipated Contracting Date: Awarded NLT Jan 2019 Anticipated Acquisition Strategy: One Source Contractor: Systems Engineering Support Company, Inc. (SESCO) Contract Type: Cost-Plus-Fixed-Fee (CPFF) Federal Supply Code: N059 and Service Code D318 North American Industry Classification Code: 541512 Other Information: Anticipated period of performance: 5 years
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1996a82e1fed65bb347b01805271d4b9)
- Record
- SN04403395-W 20170217/170215234414-1996a82e1fed65bb347b01805271d4b9 (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 |