Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2006 FBO #1577
SOLICITATION NOTICE

70 -- Notification of Sole Source, Operational Net Assessment (ONA)

Notice Date
3/20/2006
 
Notice Type
Solicitation Notice
 
NAICS
443120 — Computer and Software Stores
 
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
FA2517-06-T-6014
 
Response Due
3/24/2006
 
Archive Date
4/8/2006
 
Description
The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within 5 days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. 1. Agency Identification: This is a Justification and Approval for the i2 Inc. purchase of ONA support equipment (Analyst?s notebook/workstation/iBase Designer) for USNORTHCOM Standing Joint Force Headquarters-North (SJFHQ-N), Peterson AFB, CO 80914, in support of Homeland Defense and Defense Support to Civil Authorities. 21 CONS/LGCBA will be the purchasing agency. 2. Nature and Description of the Action Being Approved: The purpose of this purchase is to complete the ONA hardware/software requirements for USNORTHCOM. These items complete the hardware and software requirements that will provide the USNORTHCOM Commander with the capability to accomplish ONA, a critical piece of the Homeland Defense and Defense Support to Civil Authorities missions. Essentially ONA is an efficient, proactive system that gets inside an enemy's decision cycle and gives decision makers ? either political or military ? a roadmap on how to potentially ?motivate? the enemy to change his ways. ONA provides, the understanding of the system/systems being evaluated and the relationships, dependencies, strengths and vulnerabilities, and it provides the Commander with a potential effect and a range of options for consideration. The estimated amount of this acquisition is . 3. Description of the Supplies or Services: The items required are a. i2 Analyst?s Workstation 2 Designer plus 1 year support b. i2 Analyst?s Workstation 2 plus 1 year supports c. i2 TextChart plus 1 year support d. i2 Analyst?s Workstation Closed Class CONUS e. i2 IBased Closed Class CONUS f. i2 Analyst?s Notebook Level 1 Closed Class CONUS training g. 5 Analyst?s Notebooks and 1 year of support 4. Statutory Authority: The proposed acquisition is being accomplished under the authority of 10 U.S.C., 2304(c)(1) and FAR 6.302-1(c), Only one responsible source. 5. Unique Qualifications: a. i2 Inc. products are used by USNORTHCOM and Joint Forces Command (JFCOM) across DoD. It is the standard for DoD for conducting ONA and lens support to the broader DoD mission of Effects Based Planning (planning of military operations based on achieving a desired effect as a result of ONA). Effects Based Planning is a quicker, more focused decision making process. It is not practical to consider other options as the the impact of changing the current standard would need to be measured and tested across DoD prior to implementation. It would undoubtedly incur duplication of cost, and could cause interoperability between JFCOM and the other Combatant Commanders. b. i2 Inc. is the exclusive distributor of the ONA products. They are the publisher, holder of all copyrights, and the sole source for the hardware, software, maintenance, and support. The hardware provided by i2 Inc is unique and along with the software are protected by trade secrets and are unique in the market.
 
Place of Performance
Address: Peterson AFB, CO
Zip Code: 80914
Country: USA
 
Record
SN01010672-W 20060322/060320214549 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.