Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 30, 2020 SAM #6757
SPECIAL NOTICE

R -- Dry Combat Submersible Test Support

Notice Date
5/28/2020 10:53:53 AM
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
HQ USSOCOM TAMPA FL 33621-5323 USA
 
ZIP Code
33621-5323
 
Solicitation Number
H92405-20-C-0021
 
Response Due
6/12/2020 11:00:00 AM
 
Archive Date
06/13/2020
 
Point of Contact
Corletta Campbell, Phone: 8138267322, Michael ""Chris"" Watson, Phone: 813-826-6852
 
E-Mail Address
corletta.n.campbell.civ@socom.mil, michael.c.watson.civ@socom.mil
(corletta.n.campbell.civ@socom.mil, michael.c.watson.civ@socom.mil)
 
Description
In accordance with 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, on behalf of USSOCOM, SOF AT&L, PEO Maritime (PEO-M) Undersea Systems Program Management Office (USPMO), SOF AT&L-KW plans to award a firm-fixed-price contract� to 6Fathoms Consulting, LLC.� The period of performance will be 12-months. The contract will include the option to extend the services up to six months in accordance with 52.217-8. The total� estimated award $3,148,580.98. The Government atincipates establishing four line items: 0001, Firm Fixed Price for labor; 0002, Other Direct Cost�for Travel; 0003, Other Direct Cost for Test Support Equipment; 0004, Not Separately Priced for Contract Data Line Requirements. USSOCOM USPMO is responsible for the acquisition of the Dry Combat Submersible (DCS).� The First of Class, DCS 1 has begun Developmental Testing (DT) and must complete DT and Operational Testing (OT) to achieve Initial Operational Capability.� Additionally, the office is currently analyzing requirements for a Block II DCS.�� PEO-M USPMO requires the following services: 1) Test and Evaluation (T&E) support for the DCS Block I Program of Record, and 2) Submersible Subject Matter Expert (SME) support for the development of DCS Block II requirements and acquisition test program documentation. The contractor must have the expertise and capacity to provide uninterrupted support upon contract award for DCS Block I Testing in progress and immediately support accomplishment of DT events. The T&E support includes test planning, management, execution, analysis, and reporting for Characterization Testing, Developmental Testing (DT), Initial Operational Test & Evaluation (IOT&E), and Follow-on Test & Evaluation (FOT&E). Submersible SME support requirements include assistance with new system requirement definition and review/input to various acquisition documentation. Contract personnel shall have experience with dry submersible operations and testing; shall have a working knowledge of the U.S. Navy Commander; Operational Test and Evaluation Force (COTF) Integrated Evaluation Framework (IEF) and; shall have firsthand knowledge and experience with the Technical Baseline Vehicle (TBV) or DCS Block I submersibles. Place of Performance.� Contractors must possess a U.S. SECRET or higher facility security clearance and personnel working on the contract should have reasonable access to SIPRNet. The Contractor shall be required, as directed and approved by the USPMO COR, to travel by him/herself or with other government/Contractor employees to government sites for moderate durations of time, typically no more than two weeks at one time. Travel shall adhere to the Department of Defense Joint Travel Regulations. For planning purposes, travel destinations may include periodic travel to Riviera Beach, FL; Tampa, FL; Key West, FL and Norfolk, VA.� The Contractor shall use government transportation when advantageous to the government. Travel shall be pre-approved by the COR and conducted per FAR Part 31.205-46. The contractor will be reimbursed for travel expenses IAW the Government Joint Travel Regulation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ac9e07ba8fd6459cb0f0a2b18d4237d6/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05672665-F 20200530/200528230156 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.