SOLICITATION NOTICE
10 -- FY16 Close-In Weapon System (CIWS) Engineering and Technical Support Services
- Notice Date
- 11/20/2015
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NAVSEA HQ, SEA 02, 1333 Isaac Hull Avenue SE, Washington Navy Yard, District of Columbia, 20376, United States
- ZIP Code
- 20376
- Solicitation Number
- N00024-16-R-5404
- Archive Date
- 12/22/2015
- Point of Contact
- Akansha Anand, Phone: 2027813837, Holly R. Danner, Phone: 2027812364
- E-Mail Address
-
akansha.anand@navy.mil, holly.danner@navy.mil
(akansha.anand@navy.mil, holly.danner@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Sea Systems Command (NAVSEA) has a requirement for a bridge contract to continue engineering and technical support services in support of the Program Executive Office Integrated Warfare Systems (PEO IWS) 3G MK 15 CIWS Program. As such, NAVSEA intends to award a sole source contract to Technology Service Corporation, 251 18th Street, S., Suite #705, Arlington, VA 22202. The Cost Plus Fixed Fee (CPFF) contract will be for their continuing Program Office's support engineering and technical services while a separate competition for these requirements is taking place. The intended sole source effort includes support services of quality, senior level engineering in Production/Overhaul Engineering, Design Engineering and Integrated Systems Engineering Management for the MK 15 CIWS Program. The Contractor will provide senior level professional services and Subject Matter Experts (SMEs) in support of the Department of Defense requirements. This effort includes: 1. Provide SME in Louisville, KY. Review contractor program documentation, including but not limited to reliability, maintainability, and quality assurance plans and analyses, and monitor application of results in the isolation and elimination of RMA&QA issues. Review process data and conduct statistical analyses to evaluate adequacy of industrial process controls. Assess OEM and supplier quality programs for adequacy and compliance with Government and industry requirements. Plan and conduct quality audits at Original Equipment Manufacturer (OEM) and supplier facilities. 2. Provide SME guidance to the definition of the Technical Refresh programs including attending the Raytheon internal peer reviews. Perform analyses of selected radio frequency and electro-optical tracking and firing data; evaluating track quality and system performance requirements. 3. Create and modify Reliability Block Diagram Models. Update Wartime Mission Profiles, and equipment use factors and subsystem duty cycle matrices as required. Provide subject matter expertise in analysis of CIWS Fleet and field failures, and present findings at Navy and Army data reviews. 4. Perform in depth engineering decision analysis and provide recommendations to the program office on alternative designs, product improvements, and engineering proposals. Employ tools, methods and procedures to assist in developing the recommendations. Provide the recommendations to the program office in technical papers. The contract consists of a nine (9) month base with two (2) additional three (3) month option and will provide required services only until completion of the full and open competition for contractor support services to PEO IWS 3G, under the NAVSEA SEAPORT contracting initiative. The contract will be awarded pursuant to 10 U.S.C. 2304(c) (1), only one or a limited number of responsible sources and no other type of supplies or services will satisfy agency requirements. No other firm possesses the technical expertise, engineering background, or specific IWS 3G program expertise required to perform the effort in a cost effective manner and meet the required Fleet requirements and schedule. Any interruption in service will result in unacceptable risk to the United States Navy missile and could cause delays in responsiveness and therefore impact the procurement of the MK 15 CIWS. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the government. 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. This synopsis is for informational purposes only and for the benefit of potential subcontractors. Companies interested in subcontracting opportunities should contact TSC directly.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-16-R-5404/listing.html)
- Place of Performance
- Address: Technology Service Corporation, 251 18th Street, S., Suite #705, Arlington, Virginia, 22202, United States
- Zip Code: 22202
- Zip Code: 22202
- Record
- SN03951832-W 20151122/151120234607-6cb0a6b91140db89725182f12924c20a (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 |