Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 04, 2024 SAM #8104
SOLICITATION NOTICE

R -- Submarine Analysis and Support

Notice Date
2/2/2024 3:13:07 PM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
 
ZIP Code
20376-5000
 
Solicitation Number
N0002424R2131
 
Response Due
2/17/2024 1:30:00 PM
 
Archive Date
03/03/2024
 
Point of Contact
Edward Rogan, Phone: 2027812754, Dorothy Sabelhaus, Phone: 2027815347
 
E-Mail Address
edward.f.rogan.civ@us.navy.mil, dorothy.c.sabelhaus.civ@us.navy.mil
(edward.f.rogan.civ@us.navy.mil, dorothy.c.sabelhaus.civ@us.navy.mil)
 
Description
The Naval Sea Systems Command (NAVSEA) intends to award a contract modification to Systems Planning and Analysis, Inc. (SPA), Alexandria, Virginia, on an other than full and open competitive basis to support foreign military sales (FMS) customers and United States (US) requirements. The contract modification will be to provide subject matter expertise, advisory assistance, program management support activities, and nuclear-powered submarine platform engineering, technical and construction support and analysis, all using specialized modeling and simulation tools.� In accordance with 10 U.S.C 3204(a)(4), as implemented by FAR 6.302-4(a)(2), full and open competition need not be provided for when precluded by the terms of an international agreement or a treaty between the US and a foreign government or international organization, or the written direction of a foreign government reimbursing the agency for the cost of the acquisition of the supplies or services for such government.� This authority may be used in circumstances such as when a contemplated acquisition is to be reimbursed by a foreign country that requires that the product be obtained from a particular firm as specified in official written direction, as documented here in the Letter of Offer and Acceptance (LOA) in support of an FMS customer. The contemplated contract modification will also include companion US and additional FMS customer requirements to be awarded pursuant to 10 U.S.C 3204(a)(1), as implemented by FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements.� SPA was awarded a sole source contract, N00024-23-C-2103, under a sole source determination pursuant to 10 U.S.C. 3204(a)(4), as implemented by FAR 6.302-4(a)(2), to provide subject matter expertise, advisory assistance, program management support, and nuclear-powered submarine platform engineering, technical, and construction support and analysis, all using specialized modeling and simulation tools in support of an FMS customer.� �The period of performance of that contract is through November 2024.� The contemplated modification will increase scope, both for the original FMS customer, and to include US and additional FMS customer requirements, with an overall period of performance extension through Fiscal Year 2029 for the efforts described herein. ��The planned scope increase for the original FMS customer must be awarded to SPA pursuant to the sole source designation noted in the LOA.� Awarding the corresponding US and additional FMS customer requirements to anyone other than SPA would result in significant inefficiencies and duplication of efforts for the duration of the contract.� Since these corresponding US and additional FMS customer requirements are anticipated to be less than 10% of the overall effort, any price reductions achieved via competition for this minimal portion of the overall effort would not offset the costs associated with increased inefficiencies and duplicated efforts. Parties interested in subcontracting opportunities should contact SPA directly.� This notice is for informational purposes only.� Solicitation documents are not available.� This pre-solicitation synopsis shall not be construed as a commitment by the Government to solicit offers or award contracts.� The Government is not soliciting proposals as a result of this synopsis, and this synopsis is not a promise to issue a request for proposals, or a promise by the Government to pay for information received in response to this synopsis or any subsequent synopsis.� The information contained herein is subject to modification and in no way binds the Government to award a contract.� The Government will not pay for any effort expended or any material provided in response to this announcement, nor will the Government return any data provided. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency if received by the original response date of this notice.� Any response to this notice must show clear, compelling, and convincing evidence that a competition will be advantageous to the Government.� Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement.� ���� No telephone inquiries will be accepted.� The Government does not commit to providing a response to any comment or questions.� No basis for a claim against the Government shall arise as a result of this announcement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/51d6665c9ef34801b9028d694fc3bf89/view)
 
Place of Performance
Address: Alexandria, VA 22311, USA
Zip Code: 22311
Country: USA
 
Record
SN06953439-F 20240204/240202230041 (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.