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
[email protected]
Phone: (301)628-0027