SOURCES SOUGHT
L -- Sources Sought Notice- ROTHR Support Services-Reposting to Reach GPE
- Notice Date
- 6/29/2023 6:05:46 AM
- Notice Type
- Sources Sought
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
- ZIP Code
- 23511-3392
- Solicitation Number
- N0018923RZ098
- Response Due
- 7/12/2023 9:00:00 PM
- Archive Date
- 11/13/2023
- Point of Contact
- Lauren Lauver 215-697-5023
- E-Mail Address
-
lauren.lauver@navy.mil
(lauren.lauver@navy.mil)
- Description
- This is a sources sought synopsis to determine the availability of potential sources capable of providing support services for the Relocatable Over-The-Horizon Radar (ROTHR). The contractor shall provide life cycle support services for the Relocatable Over-the-Horizon Radar (ROTHR) for system performance diagnostics and analysis, system upgrades and enhancements to include; ROTHR system hardware, software, and firmware with the purpose to innovate ROTHR. The contractor shall provide technical support, technical training, logistics support and supplies, in accordance with this Performance Work Statement (PWS). The effort includes recurring system support to new and legacy equipment and associated subsystems for failure analysis; configuration management; preparation, installation, testing of field change kits; system mission related support; and system management support. This effort also includes over-the-horizon radar (OTHR) research, development, test, and evaluation (RDT and E) activities. 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 N00189-21- D-Z015, 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 1 April 2024 to 31 March 2029. Individual task orders will be issued under the contract awarded. The North American Industry Classification (NAICS) code is 541690. The Product Service Code is L059. 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.a.lauver.civ@us.navy.mil no later than 1:00pm (local time/Philadelphia, PA) on 13 July 2023. Please direct any questions concerning this sources sought synopsis to Lauren Lauver at lauren.a.lauver.civ@us.navy.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/aeab7cca04394f57b367a96f52b6b1da/view)
- Record
- SN06733115-F 20230701/230629230058 (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 |