Sole Source to HII Fleet Support LLC for S1000D PDF Publisher Technical Support Services per attachments
ID: N61331-24-T-KS50Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERPANAMA CITY BEACH, FL, 32407-7001, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Panama City Division, intends to award a sole source contract to HII Fleet Support LLC for S1000D PDF Publisher technical support services. This procurement aims to secure essential services for maintaining and upgrading the PDF Publisher software, which is critical for the Navy's Common Source Database utilized by fleet users and technical manual developers. HII Fleet Support Group LLC, as the original developer of the software, possesses unique qualifications and proprietary information necessary for this support, making them the only viable contractor for this requirement. Interested parties should submit their quotes, including a capabilities statement and proof of past performance, by the specified deadline to Kaitlin Summerville at kaitlin.h.summerville.civ@us.navy.mil or Jamell Kilgore at jamell.kilgore@navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Sole Source Justification for the purchase of S1000D PDF Publisher technical support services by the Naval Surface Warfare Center Panama City Division (NSWC PCD). It outlines the decision to award a contract on a sole source basis to HII Fleet Support Group LLC for a period of 12 months, with options for three additional years. The services are essential for maintaining and upgrading the PDF Publisher software that provides critical documentation for the Navy's Common Source Database, used by fleet users and technical manual developers. HII FSG, as the original developer of the software, possesses unique qualifications and proprietary information necessary for this support, making them the only viable contractor. The Contracting Officer determined that this acquisition represents the best value, and no alternative sources were found to meet the agency's requirements. The justification emphasizes the risks associated with using an alternate source, including potential inaccuracies in technical manuals that could jeopardize safety and operational integrity. A synopsis of this requirement will be posted on SAM.gov, fulfilling federal procurement protocols.
    The document outlines the contract terms, conditions, and performance requirements associated with government procurement, particularly emphasizing invoicing protocols and administrative responsibilities. It details important sections, including delivery terms (F.O.B. Destination) and electronic payment submission guidelines. Key contract clauses highlight limitations on influencing federal transactions, contractor information protections, and various prohibitions related to telecommunications and technology sourced from certain entities. Additionally, it stipulates the necessary representations for contractors, including compliance with confidentiality agreements and payment protocols for small businesses. Specific instructions on contract administration and points of contact for inquiries are included. The document also emphasizes organizational operations, specifying working hours, holiday observance, and the handling of invoices and contractor responsibilities during adverse events. The overall purpose revolves around maintaining effective contract management practices while ensuring compliance with federal acquisition regulations, ultimately supporting government objectives in procurement processes.
    Lifecycle
    Similar Opportunities
    SYNOPSIS - SOLE SOURCE – Government Furnished Equipment (GFE) MAINTENANCE, REPAIR, AND UPGRADE OF THE SIMPLIFIED DRIVER (SDR) AND CONTINUOUS WAVE ILLUMINATOR (CWI) MICROWAVE TUBES (MWTs)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure maintenance, repair, and upgrade services for Government Furnished Equipment (GFE), specifically the Simplified Driver (SDR) and Continuous Wave Illuminator (CWI) Microwave Tubes (MWTs). The procurement is planned as a non-commercial Cost-Plus-Fixed-Fee (CPFF) Level of Effort (LOE) job order contract under Basic Order Agreement (BOA) N0016424RWP16, with one base year and four option years, utilizing US Navy funds. This contract is critical for ensuring the operational readiness and performance of essential military equipment, with an estimated maximum value of $500,000. Interested parties may submit capability statements for consideration, but the contract is intended to be sole sourced to Communications & Power Industries LLC, with a closing date for submissions set for October 2, 2024, at 4:00 PM EST. For further inquiries, contact Kori Koss at kori.l.koss.civ@us.navy.mil or Seth Taylor at seth.t.taylor.civ@us.navy.mil.
    SOLE SOURCE - REFURBISHMENT - Davit STEM Weldments QTY 2 and MAST Weldments QTY 12 (BASE w/OPTIONS)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking proposals for the refurbishment of Davit STEM Weldments (quantity 2) and MAST Weldments (quantity 12) under a sole-source contract with Chesapeake Machining & Fabrication, Inc. This procurement is essential for maintaining the operational readiness of guided missile systems, as the specified weldments are critical components in naval applications. The contract is set to be awarded following the submission of capability statements and quotations, with a closing date for submissions on September 20, 2024, at 4:00 PM Eastern Time. Interested vendors should direct inquiries and proposals to Sandra Gunderman at sandra.e.gunderman.civ@us.navy.mil, and ensure they are registered in the System for Award Management (SAM).
    Project Execution and Deck-plate Effectiveness Support for Naval Ship Maintenance
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, is seeking to award a sole source Cost-Plus-Fixed-Fee "Bridge" contract to CACI Technologies LLC for project execution and deck-plate effectiveness support related to naval ship maintenance. This contract, valued at approximately $8.2 million, aims to ensure continuity of critical scientific, engineering, and technical support services while a protest regarding a follow-on task order is resolved, with a performance period of 132 days from September 5, 2024, to January 15, 2025. The services are vital for maintaining operational readiness and enhancing project management training within the Navy, emphasizing the exclusive capabilities of CACI to meet urgent requirements. Interested parties can contact Pedro Rivas at pedro.rivas13.civ@us.navy.mil or Brandon Oh at brandon.s.oh.civ@us.navy.mil for further information.
    COMSOL MULTIPHYSICS LICENSE RENEWAL
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for the renewal of a COMSOL Multiphysics license for one year. This procurement is necessary to ensure continued access to specialized software that supports complex multiphysics simulations, which are critical for various research and development projects within the Navy. The contract will be executed under Simplified Acquisition Procedures, with a focus on maintaining uninterrupted software services, and interested parties have 15 calendar days from the notice publication to express their capability to compete. For further inquiries, Richard Key can be contacted at richard.a.key2.civ@us.navy.mil.
    Procurement of the most current versions of the Njord Wave generation Software and most current version of the G8 Control Card Firmware that includes 2nd Order effect reductions, which are necessary to modernize the Mask Wavemaker
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure the latest versions of the Njord Wave Generation Software and G8 Control Card Firmware to modernize the Mask Wavemaker. This procurement includes not only the software and firmware but also essential support services for installation, commissioning, and tuning of the wavemaker, specifically addressing 2nd Order effects to enhance performance. The initiative is critical for maintaining the operational efficiency of naval technology, as the existing system's replacement would incur significant costs and extended downtimes. Interested contractors must respond to the request for quotes by 4:00 PM on September 26, 2024, and can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or 757-513-7247 for further details.
    Special Notice For Sole Source ProQuest
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Supply Systems Command Fleet Logistics Center Norfolk, intends to award a Sole Source Purchase Order to ProQuest for Library Web Database Services. This procurement will utilize Simplified Acquisition Procedures under FAR Part 13 and will be conducted as Other Than Full and Open Competition, as permitted by FAR 6.302-1. The services are critical for supporting the Navy's library and archival needs, ensuring access to essential information resources. The anticipated award date for this contract is September 16, 2024, and any challenges to this sole source must be submitted in writing to Sarah Schultz at sarah.p.schultz.civ@us.navy.mil for consideration.
    70--Splunk Enterprise renewal
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is planning to award a Sole Source Firm Fixed Price contract for the renewal of Splunk Enterprise 150GB a day support. This service is required by Naval Cyber Defense Operations Command and is used for cyber defense operations. The contract will be awarded to authorized resellers of Splunk Enterprise. The RFQ number for this procurement is N00189-17-T-0094. Interested vendors can download the complete RFQ package from the NECO Website. The NAICS code for this acquisition is 511210, Software Publishers, with a size standard of $38,500,000. This notice is not a request for competitive quotations, but all responsible sources may submit a quotation for consideration. Vendors must be registered in the SAM database to be eligible for award.
    NOTICE OF INTENT TO SOLE SOURCE TO L3 TECHNOLOGIES, INC.
    Active
    Dept Of Defense
    NOTICE OF INTENT TO SOLE SOURCE TO L3 TECHNOLOGIES, INC. The Department of Defense, specifically the Department of the Navy, intends to award a sole source contract to L3 Technologies, Inc. The contract is for maintenance services and materials for Autonomous Underwater Vehicles (AUVs). The Naval Oceanography Special Warfare Center (NOSWC) located in Coronado, CA requires maintenance and repair services for their Iver3 systems, which are a family of AUVs. The contractor will provide trained personnel to perform the maintenance service and repairs for NOSWC's Iver3-733 vehicle. The services include labor and testing for a Level 2 Complexity Repair, replacement of the Iver3 Battery section tube, and three joiner rings. Additionally, the contractor is responsible for shipping and handling. The contractor must notify the requiring activity point of contact upon completion of maintenance service and repairs and provide a detailed report within three business days. The anticipated award date for this contract is on or before November 6, 2023. Interested sources must submit a capability statement by October 26, 2023, demonstrating their ability to provide the required services.
    70--Westlaw on-line subscription
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE - DEPT OF THE NAVY The Naval Supply Systems Command, Fleet Logistics Center Jacksonville, intends to issue a sole source award to West Publishing Corporation for the procurement of a Westlaw On-line subscription for Fleet Readiness Center Southeast (FRCSE). Westlaw is a research tool that provides access to laws, statutes, regulations, court decisions, and agency decisions that impact the mission of FRCSE. The intended use of the subscription is for research in various practice areas including civilian personnel law, labor and employment law, fiscal/acquisition law, and ethics. The Westlaw software will be delivered to FRCSE five days after contract award. This procurement is for the annual subscription renewal period of July 1, 2019, through June 30, 2020, with four one-year option periods. The NAICS code for this work is 519130 Internet Publishing and Broadcasting and Web Search Portals, with a size standard of 1000 employees. This notice of intent is for information purposes only, and the Government intends to make a sole source award to West Publishing Corporation. Responses must provide clear and convincing evidence of the company's ability to satisfy the requirement.
    N66001-24-Q-6412 - Notice of Intent to Sole Source to L3 Harris Technologies Inc.
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a Firm-Fixed-Price (FFP) purchase order on a noncompetitive basis to L3 Harris Technologies Inc. for the procurement of Web Data Services (Area-Centric) – Data Feed, specifically designed for 60 users. This procurement is critical for providing Automatic Identification System (AIS) licenses that support the SEAVISION Common Operational Picture (COP), which will be utilized by various U.S. Navy Maritime Operations Centers, the Department of Transportation, the United States Coast Guard, and 113 partner countries for enhanced maritime situational awareness. Interested parties may express their capabilities and interest by contacting Corbin Walters at corbin.c.walters.civ@us.navy.mil by September 25, 2024, at 2:30 P.M. PST, although this notice is not a request for quotes and the government retains discretion over the procurement process.