Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 23, 2012 FBO #4017
SOURCES SOUGHT

70 -- LADO Software License Purchase

Notice Date
11/21/2012
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808
 
ZIP Code
90245-2808
 
Solicitation Number
FA8823-13-C-0003
 
Point of Contact
Amy E. Titcombe, Phone: 719-556-0643
 
E-Mail Address
amy.titcombe@us.af.mil
(amy.titcombe@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
1. Action Code: R – Sources Sought Synopsis 2. 16 November 3. 2012 4. Contracting Office Zip Code: 80914 5. Classification Code: 70-ADP Equipment Software, Supplies and Support Equip 6. Contracting Office Address: 1050 E. Stewart Ave, Bldg 2025, Colorado Springs, CO 80914 7. Subject: Global Positioning System (GPS) Directorate LADO Licenses Acquisition and Transfer Purchase Contract 8. Proposed Solicitation Number: FA8823-13-C-0003 9. Closing Response Date: 14 calendar days after FBO posting (4 Dec 12 at noon MST) 10. Contract Point or Contracting Officer: Ms. Amy Titcombe/Mr. Richard Cournoyer 11. Contract Award and Solicitation Number: FA8823-13-C-0003 12. Contract Award Dollar Amount: approximately $400,000.00 13. CLIN: TBD 14. Contract Award Date: o/a 31 December 2012 15. Contractor: Braxton Technologies Inc. 16. Description: The Global Positioning Systems (GPS) Directorate intends to award a sole-source Fixed-Price type contract for a period of 3 months. The estimated contract award date is 31 December 2012. This contract will purchase of the following licenses for a 3 month period: Qty Description Model Software 55 ControlPoint™ Workstation (seat license) CPW-6050 32 Telemetry Workstation (seat license) TWS-3050 19 Real-Time Simulator (seat license) SIM-11050 17 Visual Scheduler (seat license) VSC-5050 20 Workload Scheduler (seat license) WLS-19050 17 Astro Dynamics Environment (seat license) ADE-18050 6 Core Application Bundle CAB-2050 148 Hardware/Software 18 Command Control & Tracking Unit CCT-7050 18 Command Conversion Unit CCU-1050 12 Telemetry Front-End Unit (2-port) TFE-8055 18 Key Generator Controller KGC-4050 11 Simulator Interface Unit (TLM) SIU-20055 11 Simulator Interface Unit (CMD) SIU-20050 88 Free Flyer Licenses 6 GSA - FF Mission Node Locked Maintenance 5 GSA - FF Mission Node Locked Maintenance - Vol 1 5 GSA - FF - Mission Node Locked maintenance - Vol 2 17 MATLAB Licenses Individual licenses: 192773, 193774, 253025, 253026, 298298, 298299, 284900, 284899, 284894 - AMCS Multiple seat licenses: 248532 - 6 seats Braxton Technologies Incorporated, the current LADO support contractor, is considered the only responsible source that can provide the following supplies and services without the government incurring substantial duplication of cost that are not expected to be recovered through competition and/or unacceptable delays in fulfilling its requirements (10 USC 2304 (c) (l)). Additionally, the licenses to support the LADO software are used to activate proprietary software built by Baxton Technologies. As a result, only Braxton Technologies is capable of supplying the needed licenses for continued operations of the LADO system. Interested contractors are invited to submit a Statement of Capability (SOC) addressing their ability to satisfy the above requirements to SMC PKL, Attn: Ms. Amy Titcombe, located at 1050 E. Stewart Avenue, Bldg 2025, Peterson AFB, CO 80914. Any information submitted in response to this synopsis is strictly voluntary. All responses are due no later than close of business, TBD and must conform to 8.5 x 11-inch pages, font no smaller than 12-point, 1” margins and a maximum of 20 pages. The SOC must include the following information: 1) Company name, mailing address, points of contact, and telephone numbers; 2) Business size classification (large, small, or other); 3) Description of in-depth experience in software license procurement; 4) Description of ability to satisfy the Government’s requirements described above. SOC must be completely unclassified. All responsible sources may submit a SOC. Persons/entities debarred and/or suspended will not be considered, therefore are not requested to respond. The NAICS code applicable to this Sources Sought posting is NAICS 541511, Custom Computer Programming Services: This U.S. industry comprises establishments primarily engaged in writing, modifying, testing, and supporting software to meet the needs of a particular customer. Size standard $25.5M. All data received in response to this synopsis that is marked or designated as corporate or proprietary information will be fully protected from release outside the Government. Government Contract support may be utilized to review any documents submitted in response to this action. Nondisclosure agreements have been signed by Government Contract Support personnel and filed with the Government. The Government will not reimburse any cost associated with submitting information in response to this Sources Sought, nor shall any costs be allowed on any Government contract. The Government does not intend to award a contract on the basis of this announcement. Mr. James Gill, USAF AFSPC SMC/PK, is the Ombudsman and has been appointed to address concerns from offerors or potential offerors during the proposal development phase of this acquisition. The Ombudsman does not diminish the authority of the program director or Contracting Officer, but communicates Contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call him at (310) 653-1789.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA8823-13-C-0003/listing.html)
 
Place of Performance
Address: Peterson AFB CO, Peterson AFB, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN02935543-W 20121123/121121234128-921607b48a669675bbe16fba7f9ce304 (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.