Inactive
Notice ID:N0018923RZ005
This is a sources sought synopsis to determine the availability of potential sources capable of providing the required engineering and program support for the Relocatable Over-the-Horizon Radar (ROTHR...
This is a sources sought synopsis to determine the availability of potential sources capable of providing the required engineering and program support for the Relocatable Over-the-Horizon Radar (ROTHR) for critical software enhancements, software re-hosts, software maintenance, installation, removal, integration and testing, as well as associated engineering, technical, training, and logistics support. Additionally, the effort includes support for systems engineering; engineering change proposal preparation and analysis; failure analysis; configuration management; preparation, installation and/or testing of field change kits; logistics support; training; and, repair/refurbishment services, with new and legacy sub-systems and equipment. On the average there are 10 Class I, Engineering Change Proposals (ECPs) and one major software release per year. The primary places of performance for work under this contract include the Southside Hampton Roads (Chesapeake, Norfolk), Virginia, Texas, and Puerto Rico. Other performance locations may include, but not necessarily limited to, Sudbury, MA; Washington, D.C.; Australia; Colombia, South America; and Key West, FL. This requirement has historically been sole sourced to Raytheon Missiles and Defense Company of Woburn, MA, most recently under contract N00189-19-D-Z030. Raytheon, as the sole developer, producer, design agent, and possessor of the Level III drawings of the ROTHR systems, is the only known company with the knowledge and technical data to provide the required engineering and support services for the very unique ROTHR system in accordance with the requirements described above. The anticipated ordering period for this Cost Plus Fixed Fee Indefinite Delivery Indefinite Quantity procurement is 26 August 2023 to 25 August 2028. Individual task orders will be issued under the contract awarded. The North American Industry Classification (NAICS) code is 541330. The Product Service Code is R425. Interested offerors possessing the requisite experience, skills, resources, and capabilities necessary to perform the stated requirement are invited to respond to this market research survey/source sought synopsis by providing their capability information via the submission of an executive summary, no more than two (2) pages in length. The submission shall include the following information: (1) company name, address, point of contact with corresponding phone number and email address; and business size; and (2) relevant corporate experience information. Relevant corporate experience information is defined as experience that is of the same or similar scope, magnitude, and complexity to that which is described herein. This relevant corporate experience information should identify a customer point of contact with corresponding telephone number and email address. All submissions are required to be submitted via email to lauren.a.lauver.civ@us.navy.mil no later than 1:00pm (local time/Philadelphia, PA) on 27 October 2022. Please direct any questions concerning this sources sought synopsis to Lauren Lauver at lauren.a.lauver.civ@us.navy.mil.