Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2012 FBO #3950
SPECIAL NOTICE

76 -- IDS5 for DATIS - Sole Source Justification

Notice Date
9/15/2012
 
Notice Type
Special Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
FA930112MA111
 
Archive Date
10/3/2012
 
Point of Contact
Barbara Newkirk, Phone: 6612770792, Steve E Barry, Phone: 661-277-3346
 
E-Mail Address
barbara.newkirk@edwards.af.mil, steven.barry@edwards.af.mil
(barbara.newkirk@edwards.af.mil, steven.barry@edwards.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Redacted SSJ Description: The Edwards Air Force Base, Directorate of Contracting AFTC/PZIOA, Edwards, AFB, intends to award a sole source Firm-Fixed Price contract under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, and FAR Part 13, Simplified Acquisition Procedures, for Digital ATIS Interface Upgrade. NAICS is 511210. The contract will be awarded to Systems Atlanta Inc., 1100 Cobb International Place NW, Kennesaw, GA 30152.. Market research was previously conducted and it has been determined this is a sole source requirement IAW FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements. Authority: 10 U.S.C. 2304(c)(1), Justification: Services/Supplies required are available from only one responsible source and no other type of supplies will satisfy agency requirements. The Air Force Test Center and the 412th OSS/OSAT requires Digital ATIS Interface Upgrade which will enable automatic transfer of textual weather data from the AFAS workstation to the DATIS transmitter unit converting text to speech. Specifically, this interface will translate weather observation, watches and warnings and automatically create the ATIS messages, thus integrating two completely different systems to create a virtually hands-free system. The following software, hardware and services are needed for the creation of ROM are: Deliverables: • DATIS Hardware • DATIS Software and two-way interfaces between IDS5 and DATIS • Redundant Cold Stand-by Software and Interfaces • Manuals In-House Services: • All in-house services required to configure and test the site specific IDS5 DATIS hardware package components • Remote Maintenance Monitoring (RMM) re-configuration • Telephonic Site Survey • Associated shipping of the proposed deliverables Warranty / Support: • One (1) year of Hardware Warranty • Telephone/email technical support (1 year) from SAI during SAI published business hours, excluding SAI-observed holidays • One (1) IDS5 DATIS Vocabulary Update - for modifications or additions to the voice library, delivered once during the support year o The IDS5 DATIS Vocabulary Update Support begins after date of delivery and is valid for a period of one (1) year only if requested by the customer o The IDS5 DATIS Vocabulary Update does not cover any change to the basic program functionality. Any software changes must be negotiated under a separate contract or order On-Site Services • One (1) Day of On-Site Services performed by an SAI Technician to include the following tasks: o Install the DATIS Transmitter Radio Interface Unit onto the LAN o Integrate IDS5 DATIS Software onto an existing IDS5 Workstation located in the ATCT o Configure the IDS5 DATIS Software Interface to communicate with IDS5 software o Integrate the DATIS "Redundant Cold Stand-by" Software (backup) onto an existing IDS5 Workstation in the ATCT There are no solicitation documents, however, contractors interested in this requirement should submit a complete technical package, which provides clear and convincing evidence that they can meet the Government's requirement. In addition, the response should include Offeror's Online Representations and Certifications Application (ORCA)--Commercial Items in accordance to FAR 52.212-3. If the offeror does not have a copy of this provision, go to http://www.bpn.gov/ to load required information. Any responses received without completing ORCA registration will be considered noncompliant. Further, the response should include any special requirements for a commercial contract (i.e., Commercial Financing, Warranty Provisions, Delivery Information, etc.) in accordance with FAR Part 12. Responses must be received no later than 18 September 2012 at 12:00 PM Pacific Standard Time. Responses should be submitted electronically to barbara.newkirk@edwards.af.mil This notice of intent is not a request for competitive proposals. However, the Government will consider all responses received by the response date stated above. A determination by the Government not to compete this acquisition 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. Telephone requests to be placed on a mailing list will not be honored. Point of Contact(s): Barbara Newkirk, Contracting Specialist, Phone 661-277-0792 Steve Barry, Contracting Officer, Phone 661-277-3346
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA930112MA111/listing.html)
 
Place of Performance
Address: EDWARDS AFB, CA 93524, Edwards, California, 93524, United States
Zip Code: 93524
 
Record
SN02884728-W 20120917/120915233639-ec6e94d187ce66f7021b49d4160ac675 (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.