Search Contract Opportunities

ROTHR Operations and Maintenance Services   3

ID: N0018920RZ017 • Type: Sources Sought
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

SOURCES SOUGHT Relocatable Over The Horizon RADAR (ROTHR) Operation and Maintenance Services - PSC M1BC - NAICS 541990

MARKET RESEARCH - SOURCES SOUGHT SYNOPSIS: The Government is issuing this sources sought announcement as part of market research. NAVSUP FLCN Philadelphia Contracting/Forces Surveillance Support Center, Chesapeake, VA. is seeking information for market research purposes relative to ROTHR operations and maintenance support requirement. This effort is underway to gauge potential interest and establish the current state of industry.

ROTHR is a unique legacy radar system that uses high-frequency (HF) over-the-horizon (OTH) radar to provide tactically significant wide-area air and maritime surveillance track information. The ROTHR System is USSOUTHCOM's only 24/7/365 persistent long range surveillance asset providing tactically significant track information of illicit trafficking activities in the northern South American and Caribbean and Gulf of Mexico basins. ROTHR supports the Joint Interagency Task Force South (JIATF-S), North American Air Defense Command (NORAD), U.S. Customs and Border Protection (CBP), U.S. Drug Enforcement Agency (DEA), and other national security agencies for Homeland Security, Counter-Narcoterrorism and Anti-Global Terrorism activities.

This requirement is currently being performed by Raytheon Intelligence, Information and Services (RIIS) Company under Contract Number N00189-16-C-Z032. The current contract is a hybrid of a Firm Fixed Price (FFP) CLIN and Cost Plus Fixed Fee (CPFF) CLINs awarded on a full and open competitive basis, it was awarded on 30 March 2016 with a period of performance consisting of one (1) twelve month base period with four (4) twelve-month option periods.

The follow-on contract type is still being determined. The period of performance is expected to be one (1) twelve-month base period with an anticipated start date of 1 May 2021 to 30 April 2022; with four (4) twelve month option periods. The anticipated end date for this contract will be 30 April 2026 if all options are exercised.

The tasking consists of the day-to-day operations and management of the Operations Control Center (OCC), ADP and Communications Center, three land-based, bi-static, high frequency, Doppler radar sites consisting of transmit and receive sites, and support facilities. The three ROTHR systems are located at six location in Virginia, Texas, and Puerto Rico.

Maintenance services include preventive and corrective maintenance and repair to the ROTHR system for optimal radar performance and as otherwise necessary to maintain, repair, and upgrade the radar systems. This effort includes, at a minimum, the Operations Control Center (OCC) system; transmit and receive HF antenna arrays and subsystems, shelters; system trainer/test bed; air conditioning, mechanical, electrical, and fire suppression systems; test equipment; and new system configurations upon installation.

This requirement to the O&M Contractor includes working with a mature system, managing parts obsolescence, implementing actions to operate and maintain ROTHR more efficiently and effectively, and collaborating with the original equipment (OEM) manufacturer contractor who owns the Level 3 radar documentation.

This effort will also include the implementation of new and emerging OTHR maritime tracking technology and capability that may be integrated into the system during the life of this contract.

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. Responses shall include a Corporate Description section and a Corporate Experience section as described below.

(1) Name of firm

(2) State the respondent's business size status and whether the respondent is registered in applicable NAICS code listed above.

(3) Ownership, including whether: Small, Small Disadvantaged, 8(a), Women-Owned, HUB Zone, Veteran Owned and/or Service Disabled Veteran-Owned Business;

(4) Two points of contact, including Name, title, phone, and e-mail address

(5) CAGE Code and DUNS Number

(6) If respondents are currently researching/developing additional capabilities in this area, include a discussion of realistic near-future capabilities as well as a summary of currently achievable parameters. 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.

The responses should not exceed 8 pages written (Times New Roman, 12 font) or MS PowerPoint slides, (exclusion of supporting information such as commercial literature, catalogues, manuals, etc.), with an executive summary (one page or less) on the effort, a technical description, identification of risks, current Technology Readiness Level (TRL), operational availability data, and Reliability-Availability-Maintainability (RAM) data.

Offerors wishing to submit a response should be properly registered in the Government System for Award Management database (SAM). Information on SAM registration and annual confirmation requirements may be obtained by calling 1-866-606-8220, or via the Internet at www.sam.gov.

At the current time, NO FUNDING IS AVAILABLE for contractual efforts. This sources sought synopsis does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the government to issue a formal solicitation or ultimately award a contract. The US Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed.

All submissions are required to be submitted via email to lauren.lauver@navy.mil no later than 1:00pm (local time/Philadelphia, PA) on 23 December 2019. Please direct any questions concerning this sources sought synopsis to Lauren Lauver at lauren.lauver@navy.mil.

It is noted that this sources sought was posted to NECO (https://www.neco.navy.mil/) on 18 November 2019 with a closing date of 5 December 2019. Due to technical issues, the posting did not successfully transition to the new beta.sam.gov website (previously fbo.gov). Since the connection between NECO and beta.sam is still reportedly incomplete, this sources sought is now being posted directly to beta.sam.gov.

Overview

Response Deadline
Dec. 23, 2019, 1:00 p.m. EST Past Due
Posted
Dec. 11, 2019, 9:19 a.m. EST
Set Aside
None
Place of Performance
Chesapeake, VA 23322 United States
Source
SAM

Current SBA Size Standard
$19.5 Million
Pricing
Cost Plus Fixed Fee; Fixed Price;
Est. Level of Competition
Low
Odds of Award
31%
On 12/11/19 NAVSUP Fleet Logistics Center Norfolk issued Sources Sought N0018920RZ017 for ROTHR Operations and Maintenance Services due 12/23/19. The opportunity was issued full & open with NAICS 541990 and PSC M1BC.
Primary Contact
Name
Lauren Lauver   Profile
Phone
None

Documents

Posted documents for Sources Sought N0018920RZ017

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Sources Sought N0018920RZ017

Contract Awards

Prime contracts awarded through Sources Sought N0018920RZ017

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N0018920RZ017

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N0018920RZ017

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSUP > NAVSUP GLOBAL LOGISTICS SUPPORT > NAVSUP FLC NORFOLK > NAVSUP FLT LOG CTR NORFOLK
FPDS Organization Code
1700-N00189
Source Organization Code
500021468
Last Updated
Jan. 7, 2020
Last Updated By
PI33_DR_IAE_51681
Archive Date
Jan. 7, 2020