SOLICITATION NOTICE
70 -- Evolution Software Licenses, Maintenance, Training, Technical Support
- Notice Date
- 9/21/2007
- Notice Type
- Solicitation Notice
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway Code 253, Orlando, FL, 32826-3224, UNITED STATES
- ZIP Code
- 32826-3224
- Solicitation Number
- Reference-Number-N613395YRLCMS
- Response Due
- 10/5/2007
- Point of Contact
- Katherine Holcomb, Contract Specialist, Phone 407-380-4316, Fax 407-380-4164
- E-Mail Address
-
Katherine.Holcomb@navy.mil
- Description
- The Naval Air Warfare Center Training System Division intends to award a sole source follow-on indefinite quantity contract (IQC) to Outstart, Inc., a small business, located at 745 Atlantic Avenue, Boston, MA 02111, for the continued use of commercial Evolution Learning Content Management System (LCMS) software, maintenance, training, and technical support services in support of the Integrated Learning Environment (ILE). Outstart is the sole proprietary owner of the Evolution LCMS software and as such, has produced and owns the programming code. Outstart personnel are the only source which can provide software maintenance, training and technical support services for Evolution LCMS software. In 2009, the Navy intends to research alternative solutions for the fulfillment of Next-generation ILE (NILE) requirements. This could lead to the development or acquisition of a solution other than an LCMS, or a new LCMS. The Navy estimates it will take approximately thirty-six months from NILE solution identification to NILE migration and implementation. The Navy intends for the NILE to be operational in December 2012. The maximum length of the proposed LCMS contract will be 5 years, comprised of a one-year base with four one-year options. The speed of NILE solution identification, migration and implementation will influence contract length. This is not a request for quotation, nor an announcement of a forthcoming solicitation. Requests for copies of a solicitation will not be honored or acknowledged. The resulting contract will be firm fixed priced and negotiations will be conducted using other than full and open competition pursuant to the statutory authority 10 U.S.C. 2304 (c)(1), as implemented by Federal Acquisition Regulation (FAR) Part 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. Pursuing award through competition would result in unacceptable delays in fulfilling critical mission requirements, potentially leading to the nonavailability of the LCMS. The applicable North American Industrial Classification System (NAICS) code is 511210 with a size standard of $23M. Questions concerning this sole source acquisition may be directed in writing to the Contract Specialist, Kate Holcomb, e-mail address: katherine.holcomb@navy.mil or NAWCTSD, 12350 Research Parkway, Attn: Kate Holcomb Code 25333, Orlando, FL 32826. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-SEP-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 05-MAR-2008, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/NAVAIR/N61339/Reference-Number-N613395YRLCMS/listing.html)
- Place of Performance
- Address: 745 Atlantic Avenue
- Zip Code: 02111
- Country: UNITED STATES
- Zip Code: 02111
- Record
- SN01525318-F 20080307/080305231019 (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 |