Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 24, 2017 FBO #5692
DOCUMENT

R -- ROTHR Program Office Support - Attachment

Notice Date
6/22/2017
 
Notice Type
Attachment
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
 
Solicitation Number
N0018917R0077
 
Response Due
6/28/2017
 
Archive Date
8/31/2017
 
Point of Contact
Lauren Lauver
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought synopsis to determine the availability of potential sources capable of providing engineering and program support for the Relocatable Over-The-Horizon Radar (ROTHR) Forces Surveillance Support Center (FSSC) Program Office. The ROTHR System is a very unique radar system that uses high-frequency (HF) over-the-horizon (OTH) radar to track and detect drug trafficking activities in Northern South American and Caribbean and Gulf of Mexico basins. ROTHR is based on an extremely complex technology that uses the Earth ™s ionosphere to reflect/refract radar signals over extraordinary distances. The FSSC RPO, whose mission it is to support ROTHR system operations, acts in all activities associated with support of the ROTHR System, including hardware/software configuration management, upgrade installation and Installation Verification and Validation (IV and V), system enhancement development, system performance diagnostics, Pre-Program-Product-Improvement (PPPI), ROTHR non-procurable parts re-engineering, ROTHR system logistic support, ROTHR-related budget and cost/benefit support, ROTHR system development, execution and upgrade, and coordination of ROTHR System improvements with international Over-the-Horizon Radar (OTHR) system efforts and other functions. The FSSC RPO requires contractor services in support of this RPO mission. Support services include highly specific Scientific, Engineering and Technical Assistance (SETA) services, programmatic, and fiscal support services. The primary places of performance for work under this contract include the Southside Hampton Roads (Chesapeake, Norfolk), Virginia, Texas, and Puerto Rico. Other performance locations may include, but not necessarily limited to, SPAWARSYSCEN Atlantic; Sudbury, MA; Washington, D.C.; Australia; Colombia, South America; and Key West, FL. This requirement has historically been sole sourced to WR Systems, Ltd, most recently under contract#N00189-15-D-Z021, who is currently the only known company with the knowledge and expertise to support this very unique system in accordance with the requirements described above. The anticipated ordering period for this Cost Plus Fixed Fee Indefinite Delivery Indefinite Quantity procurement is 15 April 2018 to 14 April 2021. Individual task orders will be issued under the contract awarded. The North American Industry Classification (NAICS) code is 541690. Interested offerors possessing the requisite experience, skills, resources, and capabilities necessary to perform the stated requirement are invited to respond to this market research survey/source sought synopsis by providing their capability information via the submission of an executive summary, no more than two (2) pages in length. The submission shall include the following information: (1) company name, address, point of contact with corresponding phone number and email address; and business size; and (2) relevant corporate experience information. Relevant corporate experience information is defined as experience that is of the same or similar scope, magnitude, and complexity to that which is described herein. This relevant corporate experience information should identify a customer point of contact with corresponding telephone number and email address. All submissions are required to be submitted via email to lauren.lauver@navy.mil no later than 1:00pm (local time/Philadelphia, PA) on 28 June 2017. Please direct any questions concerning this sources sought synopsis to Lauren Lauver at lauren.lauver@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018917R0077/listing.html)
 
Document(s)
Attachment
 
File Name: N0018917R0077_Sources_Sought-WR_Systems.docx (https://www.neco.navy.mil/synopsis_file/N0018917R0077_Sources_Sought-WR_Systems.docx)
Link: https://www.neco.navy.mil/synopsis_file/N0018917R0077_Sources_Sought-WR_Systems.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04554915-W 20170624/170622235451-438f520e203f2c07e6f543de74ef0b48 (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.