Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2011 FBO #3659
SOLICITATION NOTICE

D -- Wingman Support Services

Notice Date
11/29/2011
 
Notice Type
Presolicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ESC - Electronic Systems Center, 9 Eglin Street, Hanscom AFB, Massachusetts, 01731
 
ZIP Code
01731
 
Solicitation Number
FA8707-12-R-0007
 
Archive Date
12/16/2011
 
Point of Contact
Mark R. Wagner, Phone: 7812661024, Mr. Jeffery Emmons, Phone: 781-225-1050
 
E-Mail Address
mark.wagner@hanscom.af.mil, jeffery.emmons@hanscom.af.mil
(mark.wagner@hanscom.af.mil, jeffery.emmons@hanscom.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Notice of Proposed Contract Action for the Wingman System Procurement Instrument Identification Number: FA8707-12-R-0007 Agency: Department of the Air Force Office: Air Force Materiel Command Location: ESC - Electronic Systems Center Added: 28 November 2011 Classification Code: 58 -- Communication, detection, & coherent radiation equipment NAICS: 541512 - Computer Systems Design Services Synopsis: This synopsis constitutes a Notice of Proposed Contract Action (NOCA), by the Air Force Materiel Command, Headquarters Electronic Systems Center, Theater Command and Control (TC2) Directorate, Intelligence and Special Programs Division, Intelligence Systems Branch, ESC/HSJK, Hanscom AFB, MA 01731, of the intent to negotiate a contract with BAE Systems Information Solutions, Inc of Lexington, MA, for the Wingman system. This synopsis is for a proposed contract, IAW FAR 5.201(b)(i), for which the Government intends to solicit and negotiate with only one source, IAW 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1 - only one (1) responsible source and no other supplies or services will satisfy agency requirements. The purpose of the proposed contract action is to Obtain Information Technology services in the area of detailed customer requirements gathering; software/web maintenance; Window forms-based maintenance, database administration/maintenance; software testing activities; integration with external DoD systems; system administration and maintenance; server administration and support; technical and functional documentation; and Wingman user training. The directorates, including geographically separated units (GSUs), use the Wingman system to support organizational data integration and management in the business areas of resource management and reporting; training assignment, management and reporting; OPR/EPR, feedback and civilian appraisal tracking and reporting; readiness tracking and reporting; space allocation and assignments; staff accountability status and reporting; and news and events functionality. The Wingman system functionality relies on a working knowledge of established AF, AFMC, and ESC policies, procedures, directives and operating instructions. The directorates use Microsoft tools in the development/sustainment of the Wingman system. The period of performance of this effort will be 2 years with a base year and 1 one-year options. The contractor shall provide a work force possessing the skills, knowledge and training to satisfactorily perform the services required under this contract. The proposed contract action's maximum estimated value is $1.6M. This notice does not constitute a Request for Proposal, nor does it restrict the Government as to the ultimate acquisition approach. Interested parties may submit a capabilities statement, which shall be considered by the Government to the identified point of contact no later than 14 December 2011, 5:00 PM, ET. Such capabilities will be evaluated solely of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the Government. The Government will not pay for any information received in response to this NOCA nor will the Government compensate a respondent for any costs incurred in developing the information provided to ESC. This notice is not a commitment from the Government. An ESC Ombudsman has been appointed to consider and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. Before consulting the Ombudsman concerned parties should first address their concerns, issues, disagreements, and/or recommendation to the Contracting Officer for resolution. In addition, AFFARS 5352.201-9101, Ombudsman, will be included in this acquisition's solicitation and contract. The ESC Ombudsman can be contacted at: ESC Ombudsman; Bldg 1606, 9 Eglin Street, Hanscom AFB MA 01731; Telephone #: 781-377-5106; Facsimile #: 781-377-4659; E-Mail: ESC.Ombudsman@hanscom.af.mil. Please direct any questions regarding this Notice to Mr. Jeffery Emmons, Contracting Officer, tel. (781) 225-1050, e-mail: jeffery.emmons@hanscom.af.mil; or Capt Mark Wagner, tel. (781)225-1024, e-mail: mark.wagner@hanscom.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/FA8707-12-R-0007/listing.html)
 
Place of Performance
Address: Hanscom AFB, Hanscom AFB, Massachusetts, 01731, United States
Zip Code: 01731
 
Record
SN02629914-W 20111201/111129234138-2b915c6d478b85d6862816c71ed04d9c (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.