SOLICITATION NOTICE
R -- Services in Support of DMSP STT
- Notice Date
- 5/3/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Air Force, Air Force Space Command, 21CONS (Bldg 982), Base Support Flight 700 Suffolk Street, STE 1200, Peterson AFB, CO, 80914-1200
- ZIP Code
- 80914-1200
- Solicitation Number
- SKR-02-15
- Response Due
- 5/24/2002
- Archive Date
- 6/8/2002
- Point of Contact
- Sandy Reyes, Contract Specialist, Phone (719) 556-7750, Fax (719) 556-9361, - Karen Davis, Contract Specialist, Phone (719) 556-4944, Fax (719) 556-9361,
- E-Mail Address
-
sandra.reyes@peterson.af.mil, karen.davis@peterson.af.mil
- Description
- This is a notice of intent that 21st Contracting Squadron intends to award a delivery order against a Federal Supply Schedule (FSS) General Services Administration (GSA) to Harris Technical Services Corporation for Services in Support of DEFENSE METEROLOGICAL SATELLITE PROGRAM (DMSP) SMALL TACTICAL TERMINALS (STT) AN/TMQ-43 (All Versions). Defense Meteorological Satellite Program (DMSP) Small Tactical Terminals (STTs) are operated and maintained by Air Force Weather Agency personnel to provide support to Army and Air Force tactical operations. The mission of the STT is to support the operational needs of global military environmental support and tactical intelligence and related activities for geophysical and space support. The contractor shall provide software maintenance/ enhancements, technology transitional support, and related technical support for the STT. Unique (i.e., proprietary) application and interface software was developed to integrate the various components. Any sustainment effort must consider the original acquisition strategy and the associated proprietary nature of STT software configuration items. The application software for the STT can be provided to the Government with restricted rights limiting the modification of this software to either Government or Harris personnel only. The Government is requesting sources to provide non-personal services for continued sustainment support of the STT. The scope of this effort includes: tasks for the procurement of the hardware; integration and test of the STT; the development/update of the follow-on training courses/materials, contract technical services for software maintenance/enhancements/ upgrades/modifications, technology transitional support, and related technical support; sustaining engineering analysis of operational issues to identify viable alternatives for potential modifications/upgrades; failure analysis: metric connection and analysis; maintaining/ updating/ developing technical data/ documentation. This effort also includes the tasks necessary for the design, development, qualification testing and integration into existing baselines for optional Pre-Planned Product Improvements (P31) identified during the life cycle of the STT. The contractor shall provide software maintenance/ enhancements, technology transitional support, and related technical support for the STT. JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION: Concerns having the ability to furnish the above services/supplies are requested to give written notification (including the telephone number for a point of contact) to the acquiring office listed in this notice within 15 days from the date of this synopsis. This notification should clearly show their ability to do so without compromising the quality, accuracy and reliability of the requirement. Must show ability to obtain and modify the proprietary interface software that links the Commercial Off the Shelf (COTS) and STT necessary for accomplishing the modifications required for this project as demonstrated by written verification from Harris Technical Services Corp. In addition, any interested offerors that believe they have the ability to provide the required service must currently hold a GSA FSS schedule 70 contract. This is not a formal solicitation. However, concerns that respond should furnish detailed data concerning their capabilities and may request a copy of the solicitation when it becomes available. All information is to be furnished at no cost or obligation to the government. Along with the above requested product information, please include Company name, mailing and e-mail address, telephone and fax numbers. North American Industrial Classification System (NAICS) code is 541990. The Federal Stock Class (FSC) is R421. Negotiation being conducted using other than full and open competition procedures pursuant to authority 10 U.S.C. 2304(C)(1) as implemented by FAR 6.302-1 "Only One Responsible Source...." See Numbered Note 22. Period of performance is 1 Jul 02 thru 30 Jun 03 with four (4) one-year option periods. E-mail, Fax or mail responses are acceptable. Fax numbers: (719)556-8469, 556-9361, or 556-7396. E-mail address's karen.davis@peterson.af.mil or sandy.reyes@peterson.af.mil. Mail address is 21 CONS/LGCCA, 135 E. ENT Ave Ste 101, Peterson AFB CO 80914-1385.
- Place of Performance
- Address: Peterson AFB CO
- Zip Code: 80914
- Country: USA
- Zip Code: 80914
- Record
- SN00071070-W 20020505/020503213248 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |