Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 03, 2024 SAM #8346
SOURCES SOUGHT

M -- Sources Sought for ROTHR Operations and Maintenance Services Follow-on Contract

Notice Date
10/1/2024 7:16:51 AM
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N0018925RZ003
 
Response Due
10/17/2024 9:00:00 PM
 
Archive Date
11/15/2024
 
Point of Contact
Lauren Lauver lauren.a.lauver.civ@us.navy.mil
 
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 the required operation and maintenance services for the Forces Surveillance Support Center (FSSC) Relocatable Over-the-Horizon Radar (ROTHR) system. 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. The system consists of an Operations Control Center (OCC), 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 in Virginia, Texas, and Puerto Rico. The operation and maintenance (O and M) services are required 24 hours/day, 7 days/week, 365 days/year. Radar operations include system operations, detection and tracking, evaluation analysis, training, and supervision. 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 systems, subsystems, shelters; system trainer/test bed; air conditioning, mechanical, electrical, fire suppression systems and subsystems; test equipment; and new system configurations upon installation. This requirement presents several challenges to the O and M Contractor including having to work with a mature system, dealing with parts obsolescence, implementing actions to operate and maintain ROTHR more efficiently, and coordinating with the Original Equipment Manufacturer (OEM) contractor for the system who owns the Level 3 documentation for the radar systems. This requirement is currently being performed by Raytheon Technologies company under contract N00189-21-C-Z028. The current contract is a Cost Plus Award Fee (CPAF). The anticipated follow-on contract is anticipated to be Cost Plus Award Fee. The period of performance (POP) is expected to be 1 May 2026 to 30 April 2027, plus four (4) subsequent one-year option periods to extend the term of the contract through 30 April 2031, if all options are exercised. The North American Industry Classification (NAICS) code is 541990. 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 and magnitude 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 18 October 2024. 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/60e265e75ef9492bab9f1f0bb34b9753/view)
 
Record
SN07230366-F 20241003/241001230111 (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.