Skip to main content

An official website of the United States government

You have 2 new alerts

R408 - PROGRAM MANAGEMENT SUPPORT SERVICES

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Original)
  • Original Published Date: Oct 30, 2024 07:28 pm EDT
  • Original Response Date: Nov 01, 2024 12:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Nov 08, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: R408 - SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT
  • NAICS Code:
    • 541519 - Other Computer Related Services
  • Place of Performance:

Description

The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk Contracting Department Regional Directorate intends to solicit - on behalf of NAVSUP Weapon Systems Support (WSS) - Peraton, Inc. (CAGE: 0HD54) on a sole source basis. The proposed acquisition is to procure Program Management Support Services in support of NAVSUP WSS using Simplified Acquisition Procedures (SAP) found at FAR Part 13. The sole source rationale is as follows: NAVSUP WSS (Code N9822) is responsible for total Supply Chain Management (SCM) for the entire inventory of Aviation Support Equipment. This responsibility encompasses all aviation ships and shore activities throughout the world. Since 1984, Peraton, Inc. (formerly known as Perspecta Enterprise Services LLC) has supported NAVSUP WSS, Philadelphia Office in achieving their business goals and objectives. Peraton, Inc. is uniquely familiar with the entire Navy and Department of Defense (DoD) Support Equipment, IT hardware/software programs (e.g. Support Equipment Management System (SEMS), Support Equipment Resource Management Information System (SERMIS), etc.), and processes that are utilized on a daily basis to ensure optimum supply/logistics support of all deployed units. Peraton, Inc. is the only known firm possessing the specialized knowledge, skills, and expertise necessary to quickly respond to urgent data calls and routinely provides the NAVSUP WSS, Philadelphia Office logistics managers with data extracted from the NAVSUP WSS technical files that are subsequently used to make critical decisions regarding acquisition and redistribution of aviation material. Peraton, Inc. developed unique software programs to link, interpret, and extract data from these various Support Equipment databases to enable Government personnel/customers to utilize these data sets in their day-to-day management decisions of Support Equipment. The experience and knowledge possessed by Peraton, Inc. is extremely unique and any vendor other than Peraton, Inc. would require a significant amount of time to learn and gather experience with the Navy’s Support Equipment, IT hardware/software programs and to develop their own software programs capable of interacting with and accessing Navy software systems and databases. This would be cost prohibitive to Government and can cause significant delays in performance, disrupting NAVSUP WSS’ ability to execute mission requirements. As such, Peraton, Inc. is the only firm capable of providing services that meet the Government’s minimum requirement. Please see the attached Performance Work Statement (PWS) for more information. The proposed contract action is for commercial services, in accordance with the Performance Work Statement (PWS). The North American Industry Classification System (NAICS) code is 541519 and the Small Business Standard is $34.0M. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTATIONS. Interested parties may identify their interest and capability to respond to the requirement and may submit information that shall be considered by NAVSUP FLC Norfolk, Regional Directorate. A determination by the Government not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purposes of determining whether to conduct a competitive procurement. Oral communications are not acceptable in response to this notice. The Government will neither award a contract nor pay for information in response to this notice. Any responses to this synopsis should be sent to the attention of John Charambura at john.n.charambura.civ@us.navy.mil. These responses shall be received no later than 12:00 pm EST on 01 November 2024.

Contact Information

Contracting Office Address

  • ATTENTION CODE 301 1968 GILBERT STREET SUITE 600
  • NORFOLK , VA 23511-3392
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Nov 09, 2024 12:04 am ESTPresolicitation (Original)