SPECIAL NOTICE
R -- SOLE SOURCE - Guided Missile Frigate (FFG(X)) Program Office (PMS 515) Engineering, Cost Estimating, Cybersecurity, and Acquisition Support
- Notice Date
- 3/5/2025 10:30:13 AM
- Notice Type
- Special Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NSWC CRANE CRANE IN 47522-5001 USA
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016425CB001
- Response Due
- 3/12/2025 11:00:00 AM
- Archive Date
- 03/27/2025
- Point of Contact
- Kenneth Brown
- E-Mail Address
-
kenneth.m.brown132.civ@us.navy.mil
(kenneth.m.brown132.civ@us.navy.mil)
- Description
- AMENDMENT 0001: N0016425CB001 - SOLE SOURCE - Guided Missile Frigate (FFG(X)) Program Office (PMS 515) Engineering, Cost Estimating, Cybersecurity, and Acquisition Support. PSC R425 - NAICS 541330 Issue Date: 26 February 2025 � Closing Date: 12 March 2025 � 14:00 Time Eastern Naval Surface Warfare Center (NSWC) intends to award a Cost-Plus-Fixed-Fee (CPFF) contract for a base year period of performance (PoP) of 17 April 2025 through 31 July 2025 with two option periods. One option period being 100 days and the other option period being 60 days with Serco-IPS Corporation. In accordance with the statement of work, Guided Missile Frigate (FFG(X)) Program Office (PMS 515) has a requirement for support services in the areas of engineering, logistics, acquisition, test and evaluation, and cybersecurity support associated with the planning, design, and construction of ships. The Guided Missile Frigate is overseen by Program Executive Office (PEO) for Unmanned and Small Combatants (USC) and located at the Washington Navy Yard, DC, PMS 515 designs, procures, and builds the Navy�s next multi-mission Small Surface Combatant delivering the capabilities needed to support a range of fleet operations in the most affordable manner possible. The FFG(X) ships will be blue-water capable, multi-mission ships capable of operating in contested environments. It will have the ability to protect itself and potentially others with improved air defense capability, via the radar and weapons improvements, and shock hardened systems for decreased vulnerability. The Contractor shall provide network architecture engineering support and cybersecurity, system and ship integration test programs, acquisition and life cycle support for FFG(X) ships and weapons systems acquisition. Other tasks shall include cost estimating, engineering analysis for small combatant ships and associated weapon systems, and Design Site Support. The proposed contract action is for the supplies or services for which the Government intends to solicit and negotiate with one source, Serco-IPS Corporation 12930 Worldgate Dr Ste 600 Herndon, Virginia 20170, under the authority of statutory authority 10 U.S.C. 2304(c) (1) as implemented by FAR 6.302-1. The requirement is being solicited on a sole source basis because the requirement is a bridge action. All responsible sources may submit a capability statement or proposal which shall be considered by the agency. However, a determination by the Government not to compete this proposed contract based upon responses to this solicitation is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of re-evaluating the justification for sole source or limitation of sources and making a determination to change the acquisition strategy to a competitive procurement. The Solicitation and amendments for this sole source action will not be posted to sam.gov and are available only from the POC identified below. A formal solicitation will not be issued. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed effort based upon responses to this notice is solely within the discretion of the Government. Interested entities may identify their interest and capability to respond to the requirement. Direct questions to Mr. Kenneth Brown by email (kenneth.m.brown132.civ@us.navy.mil). Please reference the last four digits of the solicitation number when responding to this notice. ORIGINAL: N0016425CB001 - SOLE SOURCE - Guided Missile Frigate (FFG(X)) Program Office (PMS 515) Engineering, Cost Estimating, Cybersecurity, and Acquisition Support. PSC R425 - NAICS 541330 Issue Date: 26 February 2025 � Closing Date: 12 March 2025 � 14:00 Time Eastern Naval Surface Warfare Center (NSWC) intends to award a Cost-Plus-Fixed-Fee (CPFF) contract for a 30-day base year period of performance (PoP) and 100-day option PoP with Serco-IPS Corporation. In accordance with the statement of work, Guided Missile Frigate (FFG(X)) Program Office (PMS 515) has a requirement for support services in the areas of engineering, logistics, acquisition, test and evaluation, and cybersecurity support associated with the planning, design, and construction of ships. The Guided Missile Frigate is overseen by Program Executive Office (PEO) for Unmanned and Small Combatants (USC) and located at the Washington Navy Yard, DC, PMS 515 designs, procures, and builds the Navy�s next multi-mission Small Surface Combatant delivering the capabilities needed to support a range of fleet operations in the most affordable manner possible. The FFG(X) ships will be blue-water capable, multi-mission ships capable of operating in contested environments. It will have the ability to protect itself and potentially others with improved air defense capability, via the radar and weapons improvements, and shock hardened systems for decreased vulnerability. The Contractor shall provide network architecture engineering support and cybersecurity, system and ship integration test programs, acquisition and life cycle support for FFG(X) ships and weapons systems acquisition. Other tasks shall include cost estimating, engineering analysis for small combatant ships and associated weapon systems, and Design Site Support. The proposed contract action is for the supplies or services for which the Government intends to solicit and negotiate with one source, Serco-IPS Corporation 12930 Worldgate Dr Ste 600 Herndon, Virginia 20170, under the authority of statutory authority 10 U.S.C. 2304(c) (1) as implemented by FAR 6.302-1. The requirement is being solicited on a sole source basis because the requirement is a bridge action. All responsible sources may submit a capability statement or proposal which shall be considered by the agency. However, a determination by the Government not to compete this proposed contract based upon responses to this solicitation is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of re-evaluating the justification for sole source or limitation of sources and making a determination to change the acquisition strategy to a competitive procurement. The Solicitation and amendments for this sole source action will not be posted to sam.gov and are available only from the POC identified below. A formal solicitation will not be issued. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed effort based upon responses to this notice is solely within the discretion of the Government. Interested entities may identify their interest and capability to respond to the requirement. Direct questions to Mr. Kenneth Brown by email (kenneth.m.brown132.civ@us.navy.mil). Please reference the last four digits of the solicitation number when responding to this notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/aa68af823fce421abc12d3466745433c/view)
- Record
- SN07361428-F 20250307/250307070524 (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 |