SPECIAL NOTICE
58 -- Scalable Passive Acoustic Reporting and Targeting Node(SPARTN) Notice of Intent to Sole Source
- Notice Date
- 11/18/2024 8:43:30 AM
- Notice Type
- Special Notice
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- COMMANDER QUANTICO VA 22134-6050 USA
- ZIP Code
- 22134-6050
- Response Due
- 12/3/2024 12:00:00 PM
- Archive Date
- 12/18/2024
- Point of Contact
- Keane Butts, Phone: 7034324966, Peggy L. Smith
- E-Mail Address
-
keane.butts@usmc.mil, peggy.l.smith1@usmc.mil
(keane.butts@usmc.mil, peggy.l.smith1@usmc.mil)
- Description
- NOTICE OF INTENT TO SOLE SOURCE THIS NOTICE OF INTENT TO SOLE SOURCE IS FOR INFORMATIONAL PURPOSES ONLY. Marine Corps Systems Command (MCSC) Program Manager, Ground Weapons Systems (PM GWS), Product Manager, Fire Support Systems (PdM,FSS), Quantico, VA 22134, intends to enter into sole-source negotiations and subsequently award a contract (M6785423D6503) modification to Hyperion Technology Group, Inc. (Hyperion), 545 N Commerce St., Tupelo, Mississippi 38804-4029 (Cage Code 5VUP8) to increase the contract scope and ceiling in order to procure Post Deployment Software Support (PDSS) to ensure Risk Management Framework Deliverable Data requirements are performed and updated in support of the Scalable Passive Acoustic Reporting and Targeting Node (SPARTN) system using the authority at Federal Acquisition Regulation (FAR) Part 6.302-1, �Only one responsible source and no other supplies or services will satisfy agency requirements� as Hyperion owns the Small Business Innovation Research proprietary information for SPARTN�s IFS-5000 Series Infrasound Sensor as well as the associated acoustic software, which are critical components of the PDSS effort. The PdM FSS requires PDSS for software and firmware insertions to update SPARTN�s operation systems and applications against digital threats. The SPARTN cybersecurity updates will be made through Engineering Change Proposals (ECPs), which are necessary to maintain, sustain, and incrementally improve SPARTN�s security capabilities as it faces a growing information technology threat. The requirement includes all service aspects necessary to produce SPARTN software improvements, capitalize on new technological safeguards, and reduce the vulnerability risks for fielded SPARTNs. Additionally, to ensure the SPARTN�s life cycle sustainment and to reduce security issues, the PdM FSS will also initiate ECPs, as required, to update SPARTN with new system hardware to maintain currency and meet emerging requirements. This effort is estimated to award in the 2nd quarter of Fiscal Year 2025 and will conclude 27 June 2026. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. This acquisition is being pursued on a sole-source basis under the statutory authority FAR 6.302-1(b)(1)(ii) since the required updates are unique and available from only one or a limited number of sources. Unless stated herein, no additional information is available. Only responsible sources may submit a capability statement in which they identify their interest and capability to respond to this requirement, which shall be considered by MCSC. Responses must be submitted within 15 calendar days after the date of the publication of this synopsis and identify the potential offeror�s interest and capability to respond to the requirement. The United States Government (USG) will consider all information received by this response date that meet the aforementioned criteria. A determination by the Government not to compete this requirement based upon responses received as a result of this notice is solely within the discretion of the USG. All submissions become USG property and will not be returned. Contractors are advised that the USG will not pay for any information or administrative costs incurred in response to this notice of intent. The applicable North American Industry Classification System codes is 334511, Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. GENERAL INFORMATION. The information provided herein is subject to change and is not binding on the USG. The USG has not made a commitment to procure any of the items discussed and should not be construed as a commitment or as authorization to incur cost for which reimbursement would be required or sought. All responses to this notice shall be submitted to Mr. Keane Butts at keane.butts@usmc.mil and Ms. Peggy Smith at peggy.l.smith1@usmc.mil. Please reference the announcement number on all correspondence. Primary Point of Contact: Keane Butts Contract Specialist keane.butts@usmc.mil Secondary Point of Contact: Peggy Smith Contracting Officer peggy.l.smith1@usmc.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/880401764ffc47cab2b229ad472e5f81/view)
- Place of Performance
- Address: Quantico, VA 22134, USA
- Zip Code: 22134
- Country: USA
- Zip Code: 22134
- Record
- SN07267557-F 20241120/241118230102 (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 |