MODIFICATION
70 -- Notice of Intent to Award a Sole Source Contract for General Service (GENSER) Cross Domain Solution (CDS), Radiant Mercury (RADMERC)
- Notice Date
- 12/6/2018
- Notice Type
- Modification
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- 4301 Pacific Highway Bldg OT4 Code 02, San Diego CA 92110-3127
- ZIP Code
- 92110
- Solicitation Number
- N00039-19-D-0006
- Response Due
- 12/18/2018
- Archive Date
- 1/17/2019
- Point of Contact
- Point of Contact - James E Leal, Contract Specialist, 619-524-7346; Cindy J Ledesma, Contracting Officer, 619-524-7177
- Small Business Set-Aside
- N/A
- Description
- The Space and Naval Warfare Systems Command (SPAWAR), on behalf of Program Executive Office Command, Control, Communications, Computers and Intelligence (PEO C4I), and Program Management, Warfare (PMW) Information Assurance and Cyber Security Program Office (PMW 130) intends to award a sole-source single award Indefinite Delivery Indefinite Quantity (IDIQ) contract to Lockheed Martin Rotary and Mission Systems (LMRMS) located at 12999 Deer Creek Canyon Rd, Littleton, CO 80127 for its General Service (GENSER) Cross Domain Solution (CDS), Radiant Mercury (RADMERC). This sole-source IDIQ contract will be a follow-on to the current contract with LMRMS. Under this procurement, LMRMS will continue to provide the Navy with the only CDS, RADMERC, that currently has the capabilities that meet the Navy's, NSA's, and other customers' baseline software requirements and is able to meet the continuing delivery and sustainment requirements at all security levels. Additionally, RADMERC is composed of baseline software that is reliant on LMRMS' proprietary MAG software code, which is required to make RADMERC fully functional, and only LMRMS has the Intellectual Property (IP) rights to use the MAG software. The resultant contract will provide for the support of Navy and other Agencies' RADMERC operations to ensure the capability to securely transfer data across different security domains. The scope of work is for installation, program management, maintenance, modernization, and sustainment of RADMERC systems and will provide system security authorization support, and logistics and training services. The work scope will also sustain existing National Cross Domain Strategic Management Office (NCDSMO) approved baselines, ensuring that the RADMERC CDS sanitizes, guards, and downgrades classified data from designated communications channels, and verifies that the data meets a set of rigorously controlled criteria. This sole-source contract action will substantially reduce the risk of unacceptable delays or duplication of costs associated with modifying any other existing CDSs and attaining the required National Security Agency (NSA) and Defense Intelligence Agency (DIA) certifications. The anticipated Period of Performance (PoP) will be from 01 September 2019 to 31 August 2029. The resultant contract will be a Cost-Plus-Fixed-Fee (CPFF) with a five-year base and one five-year option. Be advised that the aforementioned information is anticipatory in nature and is not binding. The North American Industry Classification System (NAICS) Code for this requirement is 541512. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of 10 U.S.C. 2304(c)(1), as implemented by FAR Subpart 6.302-1(a)(2)(iii)(A), Only one responsible source and no other services will satisfy agency requirements. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS OR A SOLICITATION OF OFFERORS. A solicitation will not be posted. Any responsible sources may submit a capability statement that demonstrates that they can satisfy the Government's requirement which shall be considered by the agency. A determination by the Government to not compete the anticipated contract based on responses to this notice is solely within the discretion of the Government. Efforts described above should be submitted no later than (15) calendar days from the date of this synopsis to Ms. Cindy Ledesma, Contracting Officer, at cindy.ledesma@navy.mil and Mr. James Leal, Contract Specialist, at james.leal@navy.mil. The Government will not pay for any information received. No telephone responses will be accepted. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARHQ/N00039-19-D-0006/listing.html)
- Record
- SN05168600-F 20181208/181207065927 (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 |