SOLICITATION NOTICE
R -- SOLE SOURCE TO RITE SOLUTIONS, INC TO PERFORM INDEPENDENT VERIFICATION AND VALIDATION OF MODERNIZED THALMANN ALGORITHM DIVE PLANNER SOFTWARE DEVELOPMENT PROCESS
- Notice Date
- 8/31/2020 12:31:33 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- NAVAL SURFACE WARFARE CENTER PANAMA CITY BEACH FL 32407-7001 USA
- ZIP Code
- 32407-7001
- Solicitation Number
- N61331-20-Q-JK54
- Response Due
- 9/8/2020 9:00:00 AM
- Archive Date
- 09/23/2020
- Point of Contact
- Jamell L. Kilgore, Phone: 8506366039, Vincent J. Tomasi, Phone: 8502355067
- E-Mail Address
-
jamell.kilgore@navy.mil, vincent.j.tomasi@navy.mil
(jamell.kilgore@navy.mil, vincent.j.tomasi@navy.mil)
- Description
- PERFORM INDEPENDENT VERIFICATION AND VALIDATION OF MODERNIZED THALMANN ALGORITHM DIVE PLANNER SOFTWARE DEVELOPMENT PROCESS Identification of the agency and the contracting activity, and specific identification of the document as a �Limited Source Justification.� This is a limited source justification. Contracting activity is the Naval Sea Systems Command, Naval Surface Warfare Center, Panama City Division (NSWC PCD), 110 Vernon Avenue, Panama City, FL 32407-7001 (Contracts Division Code 02). Nature and/or description of the action being approved. This action will award a sole source, firm fixed price purchase order pursuant to FAR 19.1506(b) to Rite-Solutions Incorporated, 1 Corporate Place, 2nd Floor, Middletown, RI 02842 to perform independent verification and validation of the software development process performed employed during the development of the Navy Thalmann Algorithm Dive Planner version 5.0 (NDP). A description of the supplies or services required to meet the agency�s needs (including the estimated value). This procurement is to acquire contractor support to utilize it�s CMMI Level III Development and IV&V experience to support the Navy Thalmann Algorithm Dive Planner software development effort.� Specifically, the contractor will utilize its experienced in-house CMMI evaluators to assure that Dive Planning Software Version 5 has been developed in in accordance with CMMI best practices encompassing design, development, testing and Quality Assurance.� This acquisition will be conducted using simplified acquisition procedures with a total estimated value of. The Government's minimum needs have been verified by the certifying technical and requirements personnel. This memo does not authorize acquisition for other requirements. This purchase will be funded with FY 20 Operation and Maintenance, Navy (OMN) funds. Identification of the justification rationale and, if applicable, a demonstration of the proposed contractor�s unique qualifications to provide the required supply or service.� 10 U.S.C. 2304(c)(1), 10 U.S.C. 2304(d)(1)(B). Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements FAR 6.302-1(a)(2)(iii)(B). This procurement is sole source for the following reasons.� There are a limited number of non-governmental entities capable of performing this work on the tight timeline of starting and completing in FY21.� Rite-solutions is CMMI-DEV V2.0 Maturity Level 3, ISO 9001, and ISO 14001 certified.� Rite-Solutions has extensive experience working with Capability Maturity Model Integration (CMMI) a well-known software QA system. This is the bare minimum criteria for performing this validation of the Dive Planner Software. They also have a working understanding of SECNAV 5200.46. �This is the key criteria for evaluating our work. Having a thorough knowledge of 5200.46 will be essential to quickly and efficiently completing the work. We were not able to find any other companies that were able to demonstrate an understanding of 5200.46 when we discussed the project over the phone. They were the only company able to provide a ROM and statement of work to complete the work during the required time frame. In summary, the Government does not expect significant savings through competition and does expects significant and unacceptable delays that will negatively impact this requirement if alternate vendors are used based on our market survey. Therefore, it is in the Governments� best interest to award on a sole source basis to Rite-Solutions, Inc. A determination by the ordering activity contracting officer that the order represents the best value consistent with FAR 13.106-1(b). The Contracting Officer has determined that the order represents the best value and results in the lowest overall cost alternative (considering price, special features, administrative costs, etc.) to meet the Government�s needs. A description of the market research conducted among schedule holders and the results or a statement of the reason market research was not conducted. For the reasons specified in paragraph 4 above, Rite-Solutions, Inc. is the only source that can meet the Government�s needs. NAVSEA and NEDU both conducted an extensive search to find a qualified contractor available in this time window. NSWC PCD was also contacted to verify they did not have qualified personnel available to conduct the review. This requirement will be synopsized in the government point of entry beta.SAM.gov. Any other facts supporting the justification. Previously, Sandia National Laboratory (SNL) a division of the Department of Energy provided this service. SNL is the gold standard for this type of work, but had to withdraw from the project due to the ongoing pandemic. A statement of the actions, if any, the agency may take to remove or overcome any barriers that led to the restricted consideration before any subsequent acquisition for the supplies or services is made. As stated in paragraph 4 above, Rite-Solutions Incorporated is the only source that can meet this requirement.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/30c886ded1b74b20909f4f7c55a87449/view)
- Place of Performance
- Address: Panama City Beach, FL 32407, USA
- Zip Code: 32407
- Country: USA
- Zip Code: 32407
- Record
- SN05780191-F 20200902/200831230147 (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 |