Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 13, 2019 SAM #6588
SOURCES SOUGHT

M -- ROTHR Operations and Maintenance Services

Notice Date
12/11/2019 6:19:40 AM
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511 USA
 
ZIP Code
23511
 
Solicitation Number
N0018920RZ017
 
Response Due
12/23/2019 10:00:00 AM
 
Archive Date
01/07/2020
 
Point of Contact
Lauren Lauver
 
E-Mail Address
lauren.lauver@navy.mil
(lauren.lauver@navy.mil)
 
Description
SOURCES SOUGHT - Relocatable Over The Horizon RADAR (ROTHR) Operation and Maintenance Services - PSC M1BC - NAICS 541990MARKET RESEARCH - SOURCES SOUGHT SYNOPSIS: The Government is issuing this sources sought announcement as part of market research. NAVSUP FLCN Philadelphia Contracting/Forces Surveillance Support Center, Chesapeake, VA. is seeking information for market research purposes relative to ROTHR operations and maintenance support requirement. This effort is underway to gauge potential interest and establish the current state of industry.ROTHR is a unique legacy radar system that uses high-frequency (HF) over-the-horizon (OTH) radar to provide tactically significant wide-area air and maritime surveillance track information. The ROTHR System is USSOUTHCOM’s only 24/7/365 persistent long range surveillance asset providing tactically significant track information of illicit trafficking activities in the northern South American and Caribbean and Gulf of Mexico basins. ROTHR supports the Joint Interagency Task Force - South (JIATF-S), North American Air Defense Command (NORAD), U.S. Customs and Border Protection (CBP), U.S. Drug Enforcement Agency (DEA), and other national security agencies for Homeland Security, Counter-Narcoterrorism and Anti-Global Terrorism activities.This requirement is currently being performed by Raytheon Intelligence, Information and Services (RIIS) Company under Contract Number N00189-16-C-Z032. The current contract is a hybrid of a Firm Fixed Price (FFP) CLIN and Cost Plus Fixed Fee (CPFF) CLINs awarded on a full and open competitive basis, it was awarded on 30 March 2016 with a period of performance consisting of one (1) twelve month base period with four (4) twelve-month option periods. The follow-on contract type is still being determined. The period of performance is expected to be one (1) twelve-month base period with an anticipated start date of 1 May 2021 to 30 April 2022; with four (4) twelve month option periods. The anticipated end date for this contract will be 30 April 2026 if all options are exercised. The tasking consists of the day-to-day operations and management of the Operations Control Center (OCC), ADP and Communications Center, three land-based, bi-static, high frequency, Doppler radar sites consisting of transmit and receive sites, and support facilities. The three ROTHR systems are located at six location in Virginia, Texas, and Puerto Rico. Maintenance services include preventive and corrective maintenance and repair to the ROTHR system for optimal radar performance and as otherwise necessary to maintain, repair, and upgrade the radar systems. This effort includes, at a minimum, the Operations Control Center (OCC) system; transmit and receive HF antenna arrays and subsystems, shelters; system trainer/test bed; air conditioning, mechanical, electrical, and fire suppression systems; test equipment; and new system configurations upon installation. This requirement to the O&M Contractor includes working with a mature system, managing parts obsolescence, implementing actions to operate and maintain ROTHR more efficiently and effectively, and collaborating with the original equipment (OEM) manufacturer contractor who owns the Level 3 radar documentation.This effort will also include the implementation of new and emerging OTHR maritime tracking technology and capability that may be integrated into the system during the life of this contract.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. Responses shall include a Corporate Description section and a Corporate Experience section as described below. (1) Name of firm (2) State the respondent’s business size status and whether the respondent is registered in applicable NAICS code listed above.(3) Ownership, including whether: Small, Small Disadvantaged, 8(a), Women-Owned, HUB Zone, Veteran Owned and/or Service Disabled Veteran-Owned Business; (4) Two points of contact, including Name, title, phone, and e-mail address(5) CAGE Code and DUNS Number(6) If respondents are currently researching/developing additional capabilities in this area, include a discussion of realistic near-future capabilities as well as a summary of currently achievable parameters. 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.The responses should not exceed 8 pages written (Times New Roman, 12 font) or MS PowerPoint slides, (exclusion of supporting information such as commercial literature, catalogues, manuals, etc.), with an executive summary (one page or less) on the effort, a technical description, identification of risks, current Technology Readiness Level (TRL), operational availability data, and Reliability-Availability-Maintainability (RAM) data.Offerors wishing to submit a response should be properly registered in the Government System for Award Management database (SAM). Information on SAM registration and annual confirmation requirements may be obtained by calling 1-866-606-8220, or via the Internet at www.sam.gov.At the current time, NO FUNDING IS AVAILABLE for contractual efforts. This sources sought synopsis does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the government to issue a formal solicitation or ultimately award a contract. The US Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed.All submissions are required to be submitted via email to lauren.lauver@navy.mil no later than 1:00pm (local time/Philadelphia, PA) on 23 December 2019. Please direct any questions concerning this sources sought synopsis to Lauren Lauver at lauren.lauver@navy.mil.It is noted that this sources sought was posted to NECO (https://www.neco.navy.mil/) on 18 November 2019 with a closing date of 5 December 2019. Due to technical issues, the posting did not successfully transition to the new beta.sam.gov website (previously fbo.gov). Since the connection between NECO and beta.sam is still reportedly incomplete, this sources sought is now being posted directly to beta.sam.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f7fd41d0b3d141d99152f926d4b4e66d/view)
 
Place of Performance
Address: 16000, VA 23322, USA
Zip Code: 23322
Country: USA
 
Record
SN05514530-F 20191213/191211230308 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.