SOLICITATION NOTICE
R -- Notice of Intent to Award Sole Source Contract-Onboard Stability Software (CARGOMAX)
- Notice Date
- 1/8/2016
- Notice Type
- Presolicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of the Navy, Military Sealift Command, MSC Norfolk (N40442), Building SP-64, 471 East C Street, Bldg SP64, Naval Station Norfolk, Norfolk, Virginia, 23511, United States
- ZIP Code
- 23511
- Solicitation Number
- N32205-16-R-2013
- Archive Date
- 2/6/2016
- Point of Contact
- John L. Nunnally, Phone: (757) 443-0931
- E-Mail Address
-
john.l.nunnally@navy.mil
(john.l.nunnally@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This notice is being published in accordance with Federal Acquisition Regulation (FAR) Part 5.10-1 requiring the dissemination of information for proposed contract actions. This is a notice of intent to award a sole-source contract and is not a request for competitive proposals. The statutory authority for this sole-source procurement is 10 U.S.C. 2304(c)(1} as prescribed by FAR 6.302-1" only one responsible source and no other supplies or services will satisfy the agency requirement." The United States Navy's Military Sealift Command (MSC) intends to issue a sole-source, Indefinite Delivery/Indefinite Quantity(IDIQ) firm-fixed-price contract to Herbert-ABS Software Solutions, LLC. for engineering analysis, any necessary engineering drafting, software development, and coordination with American Bureau of Shipping (ABS) in order to revise the Trim and Stability Booklets and upgrade the Onboard Stability Software (CARGOMAX). The contract will be awarded on or about 28 April 2016. The Contractor may be required to analyze ships drawings, ships curves of form and tables of offsets, tank capacity tables, sounding/ullage data, other ship geometry data, hydrostatic data and other correspondence in order to update/revise the Trim and Stability Books and the Onboard Stability Software (CARGOMAX). This procurement is a FAR Part 12 acquisition being conducted using FAR Part 15 procedures. The North American Industry Classification System (NAICS) code for this requirement is 541511 with the size standard of $27.5 million. This notice of intent is not a request for competitive proposals, however, all responsible sources are requested to provide company and technical information if they believe they are capable of fulfilling this requirement or exception to the intent to purchase on a sole source basis, which shall be considered by the Government if received by 4:00 p.m. Friday, 22 January 2016 Eastern Standard Time. Written responses to this synopsis shall contain sufficient documentation to establish a bona fide capability to fulfill the requirement. Any potential responses to this notification are required to be submitted electronically (e-mail) using either the Portable Document Format (PDF) or Microsoft Word format and address to John Nunnally. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. MSC will not be responsible for any costs incurred by interested parties in responding to this notice. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. Please email John Nunnally at john.l.nunnally@navy.mil with responses or questions regarding this requirement. This notice will close on 22 January 2016 at 4:00 p.m. Eastern Standard Time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c7c452c1899725178e7d2e163724e994)
- Place of Performance
- Address: Washington, DC metropolitan area, Contractor's facility, and ship checks worldwide, United States
- Record
- SN03986654-W 20160110/160109132632-c7c452c1899725178e7d2e163724e994 (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 |