SOLICITATION NOTICE
R -- ENGINEERING AND SUPPORT SERVICES FOR JTAA/NTA (SOLE SOURCE)
- Notice Date
- 10/23/2009
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- N00164 NAVAL SURFACE WARFARE CENTER, INDIANA 300 Highway 361, Building 64 Crane, IN
- ZIP Code
- 00000
- Solicitation Number
- N0016410RJR01
- Response Due
- 12/8/2009
- Archive Date
- 12/23/2009
- Point of Contact
- MR. JOHN PFENDER 812-854-5198 MR. JOHN PFENDER, (812) 854-5198,email: john.pfender@navy.milTechnical POC: Mr. Larry Solliday, (812) 854-2811, e-mail: lawrence.solliday@navy.mil.
- E-Mail Address
-
POINT OF CONTACT
(john.pfender@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This synopsis is being posted to the Federal Business Opportunities (FBO) website located at http://www.fbo.gov, the Navy Electronic Commerce on Line (NECO) website located at https://www.neco.navy.mil/, and the Naval Surface Warfare Center, Crane Division, Acquisition website located at http://www.crane.navy.mil/acquisition/homepage.htm. FBO is the primary point of entry to be used when access to synopses and solicitations from the World Wide Web is required. However, the NECO webpage as well as the Naval Surface Warfare Center, Crane Division, Acquisition webpage serve as alternatives if the FBO website is unavailable. Pre-Solicitation Synopsis: The government intends to procure on sole source basis the following bridging effort that allow for no break in service coverage prior to award of a currently solicited competitive procurement for these same services. The sole source contractor is Scientific Applications International Corporation (SAIC), US Highway 231, Bloomfield, IN 47424. This procurement is for non-personal professional engineering, technical and management support services in the areas of engineering and technical support services, scientific/engineering analysis and studies, test and evaluation, technical data support, field engineering, integrated logistics support, configuration management, management support services, and data management support. This effort is in support of the Joint Technology Assessment Activity (JTAA), a component of the Naval Surface Warfare Center (NSWC), Crane Division, Naval Sea Systems Command (NAVSEA). The effort will require procurement of some ancillary items in support of the services required estimated at $500,000.00. The total not to exceed amount for the services is $9,000,000. The mission of the JTAA is to provide Combatant Commanders, Service Leaders, Program Managers and User-Sponsors with operationally relevant and timely test and assessment findings and transition-to-acquisition decision support information to field emerging, transformational, and dual-use technologies and capabilities in a responsive and cost effective manner. A large part of the JTAAs project portfolio supports the Deputy Undersecretary of Defense, Advanced Systems and Concepts (DUSD/AS&C). Through a Memorandum of Understanding with the Naval Surface Warfare Center, Crane DUSD/AS&C recognized the JTAA as a premier provider of non-traditional assessment expertise and technology transition capability supporting the Office of the Secretary of Defense (Advanced Systems & Concepts), the Unified Combatant Commands (CoComs), Defense Agencies, and the Uniformed Services. Currently, the JTAA is providing Non-Traditional Assessment support on CoCom-sponsored Joint Capability Technology Demonstrations in US Northern Command, US European Command, US Southern Command, US Special Operations Command, and US Joint Forces Command. Additionally, there are on-going activities in support of the Joint Non-Lethal Weapons Directorate, Department of Homeland Security, the Joint Improvised Explosive Device Defeat Organization, the US Air Force and US Army Special Operations (various offices), and the Air Force Research Laboratory. NSWC Crane's Joint Technology Assessment Activity in all aspects of Non-Traditional Assessment (NTA) of emerging technologies. Specifically this technical assistance included: Requirements analysis; mission assessment; concept of operations development; assessment planning and execution; DOTMLPF (doctrine, organization, training, material, leadership & education, facilities) assessment; and transition support. The JTAA is directly supporting four COCOMS in the role of independent test activity in four Joint Capability Technology Demonstrations in which SAIC is providing direct contract support to the following efforts:.USSOCOM: The Special Operations Forces Long Endurance Demonstrator (SLED) Advanced Concept Technology Demonstration (ACTD) is in an Extended Use Evaluation. The SLED ACTD uses the A-160 Hummingbird unmanned aerial vehicle to demonstrate a vertical take off and landing (VTOL) capable of flying long range that can employ a wide variety of adaptable Special Operation Forces payloads at various altitudes..USJFCOM: The Full Immersive Training Environment (FITE) JCTD is focused on demonstrating a simulation environment for close combat tasks in a realistic fully immersive training environment that creates and reinforces complex (tactical and human dimension) decision making skills..USSOUTHCOM: The Trans-national Information Sharing Cooperation (TISC) JCTD will demonstrate effective, non-classified information exchange, support planning and situational awareness, and analytical and collaborative environmental tools among the following extended partners: United States (US) departments and agencies, foreign government and security forces, international organizations, non-governmental organizations (NGO), and members of the private sector involved in stability operations..USNORTHCOM: The Smart Threads Integrated Radiological Sensors (STIRS) JCTD is entering the final stages of execution. The STIRS JCTD will demonstrate and evaluate the military utility of advanced radiological and nuclear (R/N) detection and identification capabilities and tactics, techniques and procedures. This includes near-real-time standoff detection and identification technology for manned and unmanned wide area search platforms, and inconspicuous detection and identification capabilities. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Your interest in this response is appreciated. Interested vendors should provide information regarding this announcement to: Mr. John Pfender, Code 0562HN, Bldg 3422, NAVSURFWARCENDIV, Crane, IN 47522, telephone (812) 854-5198 or e-mail at: john.pfender@navy.mil. Technical questions regarding this announcement may be directed to Mr. Larry Solliday, Code QXM, Bldg. Applied Science & Demand Management Department, telephone (812) 854-2811 or e-mail at: lawrence.solliday@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016410RJR01/listing.html)
- Record
- SN01991502-W 20091025/091023235506-213b3971e57221d97c2f12dad6252795 (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 |