Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 08, 2016 FBO #5494
SPECIAL NOTICE

99 -- System Engineering and Architecture Independent Review Support Professional Services - Sole Source Justification

Notice Date
12/6/2016
 
Notice Type
Special Notice
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Strategic Sourcing Acquisition Division, SSMC2 11th Floor, 1325 East West Highway, Silver Spring, Maryland, 20910, United States
 
ZIP Code
20910
 
Solicitation Number
NEEG1100-17-00067
 
Archive Date
1/5/2017
 
Point of Contact
Jay S Parsick, Phone: 301-628-0027, Lori Smith, Phone: 301-628-1302
 
E-Mail Address
jay.parsick@noaa.gov, Lori.Smith@noaa.gov
(jay.parsick@noaa.gov, Lori.Smith@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Sole Source Justification Notice of Intent to Sole Source SYSTEM ENGINEERING AND ARCHITECTURE INDEPENDENT REVIEW SUPPORT SERVICES Solicitation Number: NEEG1100-17-00067 Agency: Department of Commerce Office: National Oceanic and Atmospheric Administration (NOAA) Location: Office of Satellite Ground Services Solicitation: NEEG1100-17-00067 Notice Type: Special Notice Synopsis: The U.S. Department of Commerce, NOAA/NESDIS/ AGO/NCAD, Building: SSMC2, 1325 East West Highway, RM 11319, Silver Spring, Maryland 20910, intends to award on a sole source basis in accordance with FAR 6.302-1(a)(C)(ii), based on only one responsible source, where no other supplies of services will satisfy agency requirements. The proposed source is Dorthy C. Perkins (Sole Proprietorship), Silver Spring, Maryland. The services being sought are System Engineering and Architecture Independent Review support/services including but not limited to coordinate with Strategic and Architecture Transition Team (SAT) on review agenda and activities. Coordinate with SAT to support review agenda, timing, duration, and content. Coordinate with the SAT and NOAA/NESDIs/NASA organizations in identifying appropriate review team members. Support SAT Review Chair or project as ground systems experts, support peer reviews and SAT reviews via telecom or travel as required. Review of Project-provided materials in advance (as available). The vendor shall provide one Full-Time Equivalent (FTE) independent reviewer support and must have expertise in Ground System Engineering with specific discipline and prior experience supporting NASA/NOAA mission Command and Control Systems, Data Processing Systems, Ground Stations, terrestrial network, network and ground system security, mission operations, ground system integration and testing, algorithm development, flight software development, ground system safety and mission assurance. The Government anticipates a firm-fixed price, Labor Hour contract with a base period of one year (12-Months) and one (1) 12-Month option period. This notice is published for informational purposes only and is not a request for competitive quotations. However, offerors who believe they can meet this requirement are to submit in writing an affirmative response. All responses must include a written narrative statement of capability, including detailed technical information demonstrating the company's ability to meet the above requirements. The response must be sufficient to permit agency analysis to establish a bona fide capability to meet the requirements. Failure to submit such documentation shall result in the Government proceeding as stated above. A determination by the Government not to open the requirement to competition based upon responses to this notice is solely within the discretion of the Government. Affirmative written responses must be received no later than 15 calendar days after publication of this synopsis. Proposal submissions must be submitted to the following person listed as the Government point of contact in this announcement. All questions must be submitted in writing to the attention of the Government Contract Specialist. NOTHING HEREIN SHOULD BE MISCONSTRUED AS A REQUEST FOR COMPETITIVE PROPOSALS, QUOTES OR BIDS. NO SOLICITATION DOCUMENTATION IS AVAILABLE OR WILL BE ISSUED. The National Industry Classification Systems (NAICS) Code is 541690, and the size standard is $15M. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83 dated July 2, 2015. Contracting Office Address: 1325 East West Highway, Rm 11319 Silver Spring, Maryland 20910 Primary Point of Contact: Jay Parsick Contract Specialist Jay.Parsick@noaa.gov Phone: (301)628-0027
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/NESMD/NEEG1100-17-00067/listing.html)
 
Place of Performance
Address: Place of Performance:, Silver Spring, Greenbelt, and Suitland, MD and other locations at the Government's direction., Silver Spring, Maryland, 20910, United States
Zip Code: 20910
 
Record
SN04343657-W 20161208/161206234244-4d2fea0f10977a577ddaabf3c9f0e6f7 (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.