New Jersey Combat System Sites Operations & Maintenance (N00024-22-R-5131)
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: Aug 09, 2022 03:18 pm EDT
- Original Response Date: Aug 25, 2022 05:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 1230 - FIRE CONTROL SYSTEMS, COMPLETE
- NAICS Code:
- 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Place of Performance: , NJ 08057USA
Description
The Naval Sea Systems Command (NAVSEA) intends to utilize other than full and open competition to award a contract to Lockheed Martin Rotary and Mission Systems (LM RMS), located in Moorestown, New Jersey (NJ) for the NJ Combat System Sites Operations and Maintenance (O&M) of the Navy's Combat System Engineering Development Site (CSEDS), SPY-1A Test Suite (SPY-1A), Land-Based Test Site (LBTS), and the Naval Systems Computer Center (NSCC), which consists of the Program Generation Center (PGC), Computer Program Test Site (CPTS), Remote Network Facilities, Computer System Engineering & Test Center (CSETC), and Desert Ship Engineering Lab (DSEL). These facilities incorporate highly integrated, classified, real-time networks that connect numerous contractor and facilities required to build, integrate, test, and deliver computer code.
The Sites O&M contract supports United States Navy, Missile Defense Agency, United States Coast Guard, Foreign Military Sales, AEGIS Combat System (ACS), and AEGIS Weapon System (AWS) development, integration, and test support for in-service and new construction software and hardware baseline variants. The requirements include:
- Facility management to include site infrastructure, facility security, grounds and janitorial support, and capital improvements;
- Combat System engineering to include project management, Combat Information Centers (CIC) and Combat System Equipment Rooms (CSER) activation and maintenance, ACS and AWS scheduling and switching coordination, equipment integrated logistics, property and configuration management, and site cybersecurity;
- Other Direct Costs and incidental materials to fulfill the requirements to include software licenses, server purchases, cables, construction materiel, utility payments and other supplies.
The Government intends to award a single contract for this effort resulting in a five (5)-year period of performance, with one (1) base year and four (4) option years, to continue technical efforts associated with the operation and maintenance of the combat systems development and test sites currently supported under contract N00024-18-C-5103. The Government anticipates contract award in Fiscal Year 2023.
The proposed contract is for supplies and services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302-1. This notice is not a request for competitive proposals. Interested persons may identify their interest and capability to respond to the requirement. However, all expressions of interest received within fifteen (15) days after date of publication of this synopsis, will be considered by the Government. Any submissions will not be reimbursed by the Government and the entire cost of any submission will be at the sole expense of the source submitting the information. A determination by the Government not to compete this proposed contract based upon responses to this notice, is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. This synopsis is for informational purposes only and for the benefit of potential subcontractors. Companies interested in subcontracting opportunities must contact LM RMS directly.
NOTE: This is a synopsis intended to provide potential offerors with a summary of the subject procurement. This notice is for information only, is subject to modification, and shall not be construed as a commitment by the Government to solicit contractual offers or award contracts. The Government will not reimburse respondents for any questions submitted or information provided as a result of this notice. If a solicitation is issued in the future, it will be announced via the SAM.gov page located at www.sam.gov and interested parties must comply with that announcement.
Attachments/Links
Contact Information
Contracting Office Address
- 1333 ISAAC HULL AVE SE
- WASHINGTON NAVY YARD , DC 20376-5000
- USA
Primary Point of Contact
- Daniel M. Kittrell
- daniel.m.kittrell.civ@us.navy.mil
- Phone Number 202-781-5405
Secondary Point of Contact
- Andrea T. Longo
- andrea.t.longo.civ@us.navy.mil
- Phone Number 202-781-4108
History
- Sep 09, 2022 11:56 pm EDTPresolicitation (Original)
- Feb 19, 2022 11:56 pm ESTSources Sought (Original)