Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2012 FBO #3939
SOURCES SOUGHT

A -- Advanced Technology Support Program III (ATSP3)

Notice Date
9/4/2012
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Other Defense Agencies, Defense Microelectronics Activity, Defense Microelectronics Activity, 4234 54th Street, McClellan, California, 95652, United States
 
ZIP Code
95652
 
Solicitation Number
H94003-04-R-ATSP3
 
Archive Date
9/27/2012
 
Point of Contact
Robert D. Crandell, Phone: 9162311530
 
E-Mail Address
robert.crandell@dmea.osd.mil
(robert.crandell@dmea.osd.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice This information was originally posted as a "special notice" on FedBizOpps. The Defense Microelectronics Activity (DMEA) intends to increase the programmatic capacity of its Advanced Technology Support Program III (ATSP3) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order contracts by issuing modifications. The ATSP3 program requirements are currently executed via three pricing arrangements (FFP, CPFF, and T&M) that are determined individually for each task. The determination of the pricing arrangement for each task order is dependent on the risk of the specific task requirements. The task orders are placed against the IDIQ contracts and provide for a uniform technical and management approach that leverages advanced technologies to meet the requirements of the Department of Defense (DoD). This process allows for a quick reaction capability across the entire spectrum of technology development, acquisition, and long-term support. This capability includes the development of appropriate solutions to keep a system operational, elevate sophistication level, or meet new threats. These efforts may include developing components to meet the DoD's requirements for ultra-low volumes, extending component availability, or ensuring a trusted, assured, and secure supply of microelectronics; also included is the intelligent and rapid application of advanced technologies to add needed performance enhancements to DoD weapon systems in response to traditional and irregular (asymmetric) threats and to the problems related to aging weapon systems. Increasing warfighter capabilities and providing solutions to electronics support problems-such as, reliability, maintainability and obsolescence-are accomplished through the development and insertion of applications of advanced microelectronics technologies. The scope of ATSP3 covers both hardware and software and includes studies, analysis, design, software, simulation, prototyping, integration, testing, and limited production. The scope of ATSP3 also includes the development of viable methods and procedures for using available tools and resources, strategies for resolution of replacement alternatives, and technical interchange in support of task accomplishment. The ATSP3 contracts support requirements from the DoD and other federal agencies that include the Air Force Aeronautical Systems Center, Defense Advanced Research Projects Agency Tactical Technology Office (DARPA/TTO), Army Intelligence & Information Warfare Directorate (Army I2WD), Army Material Command (AMC), Army Research Development & Engineering Command (RDECOM), National Aeronautical and Space Administration (NASA) Goddard Space Flight Center (GSFC), Program Executive Office (PEO) Missile & Space (PM-C-RAM), Air Force Research Laboratories (AFRL) Joint Concept Technology Demonstration (JCTD), as well as the National Security Agency (NSA). The following are a small set of examples of programs that have utilized the ATSP3 program: Large Aircraft Infrared Counter Measures (LAIRCM), Gateway, Counter-Rocket Artillery and Mortar (C-RAM), and Vehicle and Dismount Exploitation Radar (VADER). The ATSP3 program requirements are currently executed via task orders which are placed against eight (8) IDIQ Contracts in order to provide engineering services to leverage advanced technologies. All current contracts were awarded using formal source selection procedures in accordance with AFARS Appendix AA - Army Source Selection Manual. The contracts were awarded in Fiscal Year 2004 and the ordering period for these contracts will expire in September 2019. An on-ramp provision, subject to formal source selection procedures, was included in the basic contracts to provide other contractors the opportunity to be included in the ATSP program. Throughout the performance of the ATSP3 contract, we have had numerous interactions with separate performing organizations and subcontractors that have seemingly shown the capability to meet the requirements of the contract. As a result, we have identified potentially qualified contractors to participate in Rolling Admissions. However, these contractors did not express interest to be prime contractors in the ATSP3 program and, therefore, this provision has never been utilized. The programmatic capacity established at the time of award for the current contracts was established at $4.703B over a total possible fifteen (15) year ordering period {one (1) base five-year period and two (2) five-year option periods}. This capacity was established prior to the award of the contracts based on an analysis of the type of work required, anticipated workload, effects on competition, and upon historical ATSP2 contracts/program data. The number and size of tasks exceeded the anticipated levels forecasted at ATSP3 program execution. Average task values grew from $4M at program start to $6M in FY 2011 while amount of task orders grew from 60 per year at program start to over 130 per year in FY 2011. Fiscal year 2012 continues this growth in both total orders and average task value exceeding FY 2011 levels. Due to this increase in customer requirements, the ATSP3 capacity will be prematurely expended. As a result, it is necessary that the contracts be modified to allow for additional capacity to cover the ordering period. Based upon future anticipated requirements, it is necessary that the Government modify the current contracts to increase the programmatic ceiling by $8.607B which would result in a total programmatic ceiling of $13.310B. The current contracts which the Government intends to modify consistent with the terms identified within this announcement are as follows: H94003-04-D-0001, Lockheed Martin Mission Systems and Sensors; H94003-04-D-0002, BAE; H94003-04-D-0003, General Dynamics Advanced Information Systems; H94003-04-D-0004, Northrop Grumman Electronic Systems; H94003-04-D-0005, Northrop Grumman Aerospace Systems; H94003-04-D-0006, Raytheon Company; H94003-04-D-0007, Boeing Company; and H94003-04-D-0008, Honeywell International Defense and Space Electronic Systems. The original basic contract Scope of Work for each contract award will remain unchanged. The Government intends to issue modifications and task orders to this contract consistent with the terms identified within this announcement upon the basis of the authority provided in 10 U.S.C 2304(c)(1) and implemented by FAR 6.302-1, only one responsible source and no other services will satisfy requirement. To re-compete and replace the ATSP3 contracts, DMEA would experience an unacceptable delay in fulfilling DMEA's requirements and incur a significant duplication of cost as there are only a limited number of responsible sources available.. The Justification and Approval (J&A) will be posted on FedBizOpps in accordance with FAR 6.305(d) when it is coordinated and approved. Unacceptable delays in fulfilling the agency's requirements would result if the modifications are not issued. Due to the unique prior experience and involvement of the current contractors and the anticipated recurring need for these services, the actions proposed within this announcement are justified. The Government will support the proposed actions by written justification and obtain appropriate approval prior to proceeding. This Notice of Intent is not a request for competitive proposals. Furthermore, a determination by the Government not to compete this proposed contract action based upon responses to this Notice of Intent is solely within the discretion of the Government. As a result of analyzing responses to this notice of intent to sole source, the Government shall determine whether a solicitation will be issued. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirements listed above to Robert Crandell by email at robert.crandell@dmea.osd.mil, and must be receieved no later than 26 September 2012, 3:30PM PST. Only written responses will be considered, and all documents submitted will not be returned. The capability documentation should include general information and technical background describing in detail the prospective contractor's capabilities and experience that will demonstrate the ability to support these requirements. Questions and/or comments may be directed to Robert Crandell via email at robert.crandell@dmea.osd.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DMEA/DMEA/H94003-04-R-ATSP3/listing.html)
 
Place of Performance
Address: 4234 54th Street, Building 620, McClellan, California, 95652, United States
Zip Code: 95652
 
Record
SN02867103-W 20120906/120905001034-9cd5cd8acfba4b3eb0934e67a74971c0 (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.