Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 13, 2014 FBO #4492
SOLICITATION NOTICE

R -- Notice of Intent to Sole Source - Tomahawk Systems Safety - Sole Source Justification

Notice Date
3/11/2014
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Division Newport, Simonpietri Drive, Newport, Rhode Island, 02841-1708
 
ZIP Code
02841-1708
 
Solicitation Number
N66604-14-Q-1339
 
Archive Date
4/10/2014
 
Point of Contact
Nicholas P Sanginario, Phone: 4018326587
 
E-Mail Address
nicholas.sanginario@navy.mil
(nicholas.sanginario@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Sole Source Justification The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) has a requirement for services to continue support in fulfilling the responsibilities for the Tomahawk Weapon Safety System program. NUWCDIVNPT intends to award a Firm Fixed Price contract on a sole source basis to Progeny Systems Corporation, Manassas, VA for the following items in accordance with the attached Statement of Work and CDRLs: CLIN 0001 Tomahawk System Safety 1 JOB Required Period of Performance is 6 months after the date of award. Interim coverage for Tomahawk Systems Safety (TSS) is required while a SeaPort-e task order is being processed. System safety tasking is exclusive due to the intimate knowledge required of classified cruise missile system information. Progeny Systems Corporation is the only contractor with recent past performance of cruise missile systems safety engineering services able to provide the expertise and level of effort necessary to support this tasking immediately upon award. Due to current global defense issues and the potential use of the Tomahawk Weapon System in response to those emerging conflicts, it is essential that weapons systems safety services continue uninterrupted in order to evaluate, address, and mitigate safety hazards prior to the engagement and operation of those cruise missile systems. NAICS code is 541330 ; size standard is $35.5M. Further details will be released upon issue of RFQ # N66604-14-Q-1339 anticipated on 27 March 2014. The proposed contract action is for services for which the Government intends to negotiate with only one source under the authority of FAR 6.302. Interested vendors may identify their interest and capability to respond to the requirement by submitting a technical capability statement demonstrating an ability to meet the requirement. This notice of intent is not a request for competitive proposals. 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 the purpose of determining whether to conduct a competitive procurement. Oral communications are not acceptable in response to this notice. Capability statement and questions shall be submitted to Nick Sanginario at nicholas.sanginario@navy.mil. Capability statements received after 26 March 2014 at 2:00 p.m. Eastern Time will not be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-14-Q-1339/listing.html)
 
Place of Performance
Address: TBD, Newport, Rhode Island, 02841, United States
Zip Code: 02841
 
Record
SN03307247-W 20140313/140311234605-ab045c170f6357514728c1de8877d331 (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 |
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.