Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2011 FBO #3522
SPECIAL NOTICE

69 -- NOTICE OF INTENT TO AWARD - SOLE SOURCE PROCUREMENT: Joint Deployment Logistics Model (JDLM) Interface to the Joint Land Component Constructive Training Capability (JLCCTC)

Notice Date
7/15/2011
 
Notice Type
Special Notice
 
Contracting Office
PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
 
ZIP Code
32826-3276
 
Solicitation Number
W900KK11JDLM
 
Archive Date
10/13/2011
 
Point of Contact
Scott Welcheck, 407-384-5512
 
E-Mail Address
PEO STRI Acquisition Center
(scott.welcheck@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) Project Manager Constructive Simulations (ConSim) has a requirement to purchase licensing rights and a Software Development Kit (SDK) from Tapestry Solutions, Inc. to maintain the JDLM interface to the JLCCTC for a five-year period. This effort is required for the design, development, integration, test, management, documentation, exercise support and training, and delivery/fielding of the JDLM software as the logistics component of the JLCCTC and US JFCOM J-7 (JWFC) Joint Live-Virtual-Constructive (JLVC) constructive training federations. Tapestry Solutions, Inc. has sole proprietary rights to the software used in JDLM. JDLM was developed in 1998 to support U.S. Army Europe's then evolving role from Cold War defense to expeditionary force operations. JDLM eventually became the U.S. Army and Marine Corps choice for high fidelity logistics simulations and training. JDLM is in use at the Army logistics training center at Fort Lee, VA and is a crucial part of the JLCCTC. JDLM is used to stimulate the Battle Command Support and Sustainment System (BCS3) currently fielded to U.S. Army units and is the only logistics model used with JLCCTC. The Government intends to purchase the use of the JDLM license through a licensing agreement required for continued use of JDLM as part of the Army's training capability. Additionally, the Government intends to purchase the SDK to provide the ability for JLCCTC development contractors to modify the JDLM software to meet JLCCTC and Army training requirements. This effort will temporarily continue JDLM development and Post Deployment Software Support (PDSS), for a period not to exceed 11 months, to support ongoing training of the Army Corps, Divisions, and Brigades. With the impending introduction of the Army's next generation logistics Mission Command System - Battle Command 10 - it is imperative that JDLM development and PDSS continue in order to ensure logistics simulation capability to support training. Continued JDLM development and PDSS is imperative to ensure its viability as an effective Army training vehicle. Future JDLM development and PDSS efforts will be executed under the future JLCCTC development contract that will be awarded as a full and open competition. Details of the JLCCTC development contract are posted under FedBizOpps announcement W900KK-11-I-JLCCTC. ACQUISITION APPROACH: The Government anticipates that the requirement will be fulfilled by a Firm Fixed Price (FFP) contract in accordance with FAR Part 6.302. The Government intends to pursue a sole source award to Tapestry Solutions, Inc. under the authority of FAR 6.302-1, "Only one responsible source and no other supplies or services will satisfy agency requirements." The period of performance for this effort is five years and will include a one-year base award and four one-year options. The development effort will include a five-month base effort and one six-month option. ESTIMATED DOLLAR VALUE: Approximately $5M RESPONSES REQUESTED: This notice is provided to verify that no other sources can meet this requirement given that the technical data necessary to complete this effort is proprietary to Tapestry Solutions, Inc. This notification is also provided for Contractors interested in teaming/subcontracting opportunities. Contractors who believe they are capable of meeting the performance requirements should contact the Contract Specialist by electronic mail at scott.welcheck@us.army.mil by 1400 hours (EST), 29 July 2011 indicating their capabilities. Capability statements should not exceed eight (6) pages (including the cover sheet, table of contents, etc). NOTICE: Contractors are advised that a determination by the Government not to compete this effort based on any responses to this notice is solely within the discretion of the Government. DISCLAIMER: This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products. No funds are available to pay for preparation of responses to this notification. The Government will use the information received to determine whether other sources are available and capable to satisfy this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK11JDLM/listing.html)
 
Record
SN02500440-W 20110717/110715235301-376f8fea10a10311bc654ec88894c0a0 (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.