Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 07, 2009 FBO #2905
SOLICITATION NOTICE

R -- PEOIWS 3BC Program Support Services Bridge Contract to EG&G

Notice Date
11/5/2009
 
Notice Type
Presolicitation
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
N00024 NAVAL SEA SYSTEMS COMMAND, DC 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC
 
ZIP Code
00000
 
Solicitation Number
N0002410R5430
 
Response Due
11/20/2009
 
Archive Date
1/30/2010
 
Point of Contact
Liz Duplantier 202-781-2169
 
E-Mail Address
elizabeth.duplantier@navy.mil
(elizabeth.duplantier@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Sea Systems Command (NAVSEA) has a requirement for a bridge contract to continue professional support services in support of the Program Executive Office Integrated Warfare Systems (PEO IWS) 3BC MK 15 CIWS Program. As such, NAVSEA intends to award a sole source contract to EG&G Technical Services, Inc. (EG&G), 20501 Seneca Meadows Parkway, Suite 300 Germantown, MD 20876. The Cost Plus Fixed Fee (CPFF) contract will be for their continuing professional support services while a separate competition for these requirements is taking place. The intended sole source effort includes senior level, quality, acquisition management, financial management, program management, and FMS Support for the MK 15 CIWS Program. The Contractor will provide senior level professional services and Subject Matter Experts (SMEs) in support of the Department of Defense and FMS requirements. This effort includes:.Support for all acquisition processes associated with procurement, contracting, and equipment deliveries concerning all elements of the MK 15 CIWS Program. Acquisition, contractual and technical data support including direct support to the CIWS Program Office..On-site program management support to the MK 15 CIWS Program Office..Assistance in preparing budget exhibits for all appropriations in response to the Department of Defense (DoD) and Department of Navy (DoN) budget cycle process. This includes assisting in the development, coordination, and tracking of execution of a DoD/DoN Program budget and providing detailed execution plans and reports on fiscal year appropriations..Coordination, management and administrative support in the planning, organizing, scheduling and conduct of Program Management Reviews, Technical Management Teams, Executive Retreats, and other programmatic/engineering technical meetings, conferences and/or working groups. Efforts also include investigation and closure of program/engineering action items..Development of annual business plans and task planning sheets. Review and analysis of available funding and field activity/contractor business plans to identify and balance yearly budget activity requirements..SME in international disclosure issues, export/International Traffic in Arms compliance, and interacting with international Military and Government Representatives. The contract consists of a 6 month base with two 3 month options and will provide required services only until completion of the full and open competition for contractor support services to PEO IWS 3BC, under the NAVSEA SEAPORT contracting initiative. The contract will be awarded pursuant to 10 U.S.C. 2304(c)(1), Only one or a limited number of responsible sources and no other type of supplies or services will satisfy agency requirements. No other firm possesses the technical expertise, engineering background, or specific IWS 3BC program expertise required to perform the effort in a cost effective manner and meet the required Fleet requirements and schedule. Any interruption in service will result in unacceptable risk to the United States Navy missile and could cause delays in responsiveness and therefore impact the procurement of the MK 15 CIWS and impact USN, Army, and international relations with FMS customers. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This synopsis is for informational purposes only and for the benefit of potential subcontractors. Companies interested in subcontracting opportunities should contact EG&G directly.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002410R5430/listing.html)
 
Place of Performance
Address: 20501 Seneca Meadows Parkway, Suite 300, Germantown, MD
Zip Code: 20876
 
Record
SN01999077-W 20091107/091106000017-51c548849797fd2a6edf8c1a598abef9 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.