Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 12, 2020 SAM #6618
SOLICITATION NOTICE

R -- Effort to procure services for the Central Atmosphere Monitoring System (CAMS) MkI, CAMS MkII, and CAMS IIA

Notice Date
1/10/2020 8:26:49 AM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NSWC PHILADELPHIA DIV PHILADELPHIA PA 19112 USA
 
ZIP Code
19112
 
Solicitation Number
N6449820R4007
 
Response Due
1/24/2020 1:30:00 PM
 
Archive Date
02/08/2020
 
Point of Contact
Kayla J.Dicks, Phone: 2158972876, Michael R. Sommeling, Phone: 2158971226
 
E-Mail Address
kayla.dicks@navy.mil, michael.r.sommeling2@navy.mil
(kayla.dicks@navy.mil, michael.r.sommeling2@navy.mil)
 
Description
THIS SYNOPSIS/INTENT TO GO SOLE SOURCE is being issued by the Department of the Navy, Naval Surface Warfare Center, Philadelphia Division (NSWCPD). NSWCPD has a requirement to procure engineering services, development services, and site support services to troubleshoot, repair, sustain, upgrade and/or modernize the following fielded and baselined systems: Central Atmosphere Monitoring System (CAMS) Mk I, CAMS Mk II, and CAMS IIA. These systems are on board the LOS ANGELES, OHIO, SEAWOLF, VIRGINIA, and baselined on COLUMBIA Class Submarines. IAW FAR 6.302-1, it is the Government�s intention to enter into negotiations, on a sole source basis, with Collins Aerospace Mission Systems, 960 Overland Court, San Dimas, CA 91773 to procure these services as only Collins Aerospace Mission Systems can meet these requirements. The equipment that is the subject matter of this procurement monitors the atmosphere inside of a submarine and is vital to the mission and the wellbeing of the personnel on board. Failure to properly troubleshoot, maintain, and upgrade the atmosphere monitoring equipment will negatively impact the mission of a LOS ANGELES, SEAWOLF, OHIO, VIRGINIA or COLUMBIA Class submarine and pose a serious safety hazard to shipboard personnel. Collins Aerospace Mission Systems is the only source that possesses the necessary technical data and uniquely qualified personnel who are able to diagnose issues, design and develop improved components and provide review of technical documents and procedures. Collins Aerospace Mission Systems is the Original Equipment Manufacturer (OEM) for the Central Atmosphere Monitoring System (CAMS) Mk I, Mk II, and IIA configurations. The Government, therefore, intends to solicit and negotiate this requirement under the authority of 10 USC 2304(c)(1), FAR 6.302-1. A Cost Plus Fixed Fee IDIQ contract is anticipated. The actual services to be performed shall be identified in delivery orders (DO). The applicable NAICS Code for this requirement is 333413. This notice of intent is not a request for competitive proposals; however, any and all responses must be received within 14 days of this synopsis notice. SUBMISSION OF RESPONSES: Responses shall include specific details regarding the ability to provide the required services that meet the needs of the Government. Responses shall discuss how your product/service will meet the requirements. Responses are not to exceed 10 pages. Responses shall be in electronic format.� A cover page for the response shall be included. The cover page shall include the company name, address, CAGE Code, Business Size Status for the North American Industry Classification System (NAICS) code of this RFI and points of contract (names, email, and telephone numbers) at a minimum.� The cover page is not considered in the total page count. NSWCPD will accept only electronic unclassified submission of responses. Responses shall be sent to Ms. Kayla Dicks at kayla.dicks@navy.mil with the subject line �Effort to procure CAMS Services.� A determination by the Government not to compete this proposed action based upon responses to this Notice is solely within the discretion of the Government.� Information received will normally be considered solely for the purposes of determining whether to conduct a competitive procurement. Government WILL NOT PAY for any information received in response to this notice, and the Government will not compensate the respondent for any cost incurred in developing the response to this notice. The Government will not release any information marked with a proprietary legend received in response to this notice to any firms, agencies or individuals outside the Government without written permission in accordance with the legend. Please be advised that all submissions become Government property and will not be returned. For questions regarding this announcement, please contact Kayla Dicks at kayla.dicks@navy.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f1a03bb6e12047b385b31fdeb6345d5e/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05531820-F 20200112/200110230128 (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.