Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 04, 2024 SAM #8164
SOLICITATION NOTICE

R -- NSWCCD Signature's Engineering Support Services

Notice Date
4/2/2024 11:25:07 AM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NSWC CARDEROCK BETHESDA MD 20817-5700 USA
 
ZIP Code
20817-5700
 
Solicitation Number
N0016724R0034
 
Response Due
4/18/2024 6:00:00 AM
 
Archive Date
04/18/2024
 
Point of Contact
Bryan Makuch, Phone: 757-412-8904, Charles Renno, Phone: 9544085391
 
E-Mail Address
bryan.j.makuch.civ@us.navy.mil, charles.l.renno.civ@us.navy.mil
(bryan.j.makuch.civ@us.navy.mil, charles.l.renno.civ@us.navy.mil)
 
Description
THIS IS NOT A REQUEST FOR QUOTE. This is a notice of intent for Naval Surface Warfare Center, Carderock Division (NSWCCD) to solicit, negotiate, and award a sole source Cost-Plus-Fixed-Fee (CPFF) Level of Effort (LOE) bridge contract to Peraton Services and Solutions, Inc., (Peraton) 12975 Worldgate Drive, Herndon, VA 20170. The bridge contract will provide continuity of Navy and Ship Signature Engineering Support Services until GAO Bid Protest B-422214.3 can be resolved. Uninterupted Services are to include Signal Processing Systems Design, Development, Upgrade and Certification Support; Signal Processing Systems Operational, Maintenance, and Sustainment Support; Ship Signatures Measurement Systems Engineering and Production Support; Platform Certification Data Acquisition, Processing, Analysis, and Reporting; and associated Information Technologies and Information Assurance Support. The bridge contract shall consist of a 200 day Period of Performance (PoP), inclusive of a base PoP of 100 days from 06 May 2024 to 14 August 2024 and a 100 day option period (15 August 2024 to 21 November 2024), if exercised.� The primarily place of performance is at NSWCCD and the contractor�s facility, identified above. � This procurement action is being conducted in accordance with FAR Part 15, Contracting by Negotiation. Furthermore, this procurement is being processed through other than full and open competition pursuant to the statutory authority of 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1(a)(2)(iii)(B). It is essential to the fleet that these services continue without disruption. Any disruption will cause delays to on-going programs and have the potential to result in the failure of NSWCCD to meet its obligations to program sponsors, thereby negatively affecting fleet readiness. Presently, Peraton is the only responsible source with the requisite knowledge and specialized expertise capable of immediately satisfying the Government�s requirement during the bridge period. Peraton is currently supporting this on-going and recurring service requirement under Seaport-e Task Order (TO) N0025318F3003. The current TO expires 05 May 2024. The applicable North American Industrial Classification System (NAICS) code for this requirement is 541330 and the size standard is $25.5 million. The Product Service Code is R425.� The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source under statutory authority 10 U.S.C. 2304(c)(1) set forth in FAR 6.302-1. Any interested firms objecting to the intent of the Government to issue this sole source bridge contract action shall identify their interest and capabilities no later than 15 days after publication of this notice. In addition, interested firms shall explain how they will readily perform these services without unacceptable delays. This notice is not a request for competitive offers.� 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 determining whether to conduct a competitive procurement. The Government will not pay for information submitted in response to this notice. Oral communications are not acceptable in response to this notice. Please direct any questions to Bryan Makuch at bryan.j.makuch.civ@us.navy.mil.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4b198d3887064be9a8f0bc12b1e518c1/view)
 
Place of Performance
Address: Bethesda, MD 20817, USA
Zip Code: 20817
Country: USA
 
Record
SN07016674-F 20240404/240402230039 (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.