Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 09, 2024 SAM #8352
SOLICITATION NOTICE

D -- Notice of Intent to Sole Source to Torch Research, LLC

Notice Date
10/7/2024 2:49:33 PM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NIWC PACIFIC SAN DIEGO CA 92152-5001 USA
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-25-R-0012
 
Response Due
10/15/2024 8:00:00 AM
 
Archive Date
10/30/2024
 
Point of Contact
Robert W Stauffacher, Contract Specialist, Phone: 619-504-7765
 
E-Mail Address
robert.w.stauffacher2.civ@us.navy.mil
(robert.w.stauffacher2.civ@us.navy.mil)
 
Description
The Department of the Navy, Naval Information Warfare Center, Pacific (NIWC Pacific) hereby publicizes its intention to solicit, negotiate, and award a sole-source, cost plus fixed fee contract with Torch Research, LLC (Torch), of Leawood, Kansas. This action will provide Universal Naval AI CORe eNvironment (UNACORN) Data Engineering Pipeline support for U.S. Naval Forces Europe (NAVEUR). The contractor will support the identification of the critical data sets for execution of Maritime Intelligence Surveillance Reconnaissance-Targeting Weapons and Tactics Instructors (MISR-T) workflows and support the acquisition of these data sets to be processed through in the UNACORN Artificial Intelligence (AI) Pipeline. The contractor shall support the maintenance of the appropriate architectures to deploy the UNACORN Naval data as well as the appropriate AI/Machine Learning (ML) algorithms and applications for use in accomplishing the MISR-T workflows that leverage fluid environments of cloud compute and storage, hardware, and cloud edge devices and be transferrable between these environments. Torch leadership team (formerly B23) was involved in the first DoD cloud computing data engineering workload back in 2010 by architecting a logistics system for the US Marine Corps System Command (MARCORSYSCOM). Torch team (formerly B23) was responsible for the deployment and received its Authority to Operate (""ATO"") for the first C2S workload to analyze mission data for the sponsoring agency. The contractor is currently performing the research and development of this work for the UNACORN project under N66001-22-C-0063. Executing a full and open competition would yield no viable alternate sources and would cause the program office and sponsor to incur a substantial duplication of cost, and significant schedule delays in fulfilling the requirements. Authority for other than full and open competition under 10 U.S.C. 3204(a)(1), as implemented by FAR 6.302-1: Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. According to FAR 6.302-1(a), full and open competition need not be provided for when the supplies or services required by the agency are available from only one or a limited number of responsible sources, and no other type of supplies or services will satisfy agency requirements. 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 this service may be considered by the agency. Interested parties shall identify their interest and capabilities in response to this synopsis, and must clearly show the firm's ability to be responsive. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Any capabilities, comments, questions, or concerns regarding this notice may be submitted IN WRITING via e-mail to dan.a.nardi.civ@us.navy.mil. A determination by the Government to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government. The applicable North American Industry Classification System (NAICS) Code is 541330, and the size standard is $47 million. The anticipated period of performance will be three (3) years (to include one (1) year base period and two (2) one (1) year option periods. Questions and/or responses are due by 15 October at 0800 PST.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9b91ecc415d648c0badbecffe1c25cd9/view)
 
Record
SN07234706-F 20241009/241007230105 (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.