Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 23, 2015 FBO #5052
MODIFICATION

R -- Tactical Mission Command Applications (TMCA) - Amendment 2

Notice Date
9/21/2015
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - New Jersey, BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-15-R-0161
 
Point of Contact
Nadine K. Schneider, Phone: 9737244800, Christie Vicci, Phone: 9737244179
 
E-Mail Address
nadine.k.schneider.civ@mail.mil, christie.r.vicci.civ@mail.mil
(nadine.k.schneider.civ@mail.mil, christie.r.vicci.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Amendment 0002 to Solicitation No. W15QKN-15-R-0161 The U.S. Army Contracting Command - New Jersey (ACC-NJ) on behalf of the U.S. Armament Research, Development and Engineering Center (ARDEC) intends to issue a full and open competition Request for Proposal (RFP) for the award of multiple five (5) year, Firm-Fixed-Price (FFP), Indefinite-Delivery Indefinite-Quantity (IDIQ) contracts for contractor software engineering services in support of Tactical Mission Command Applications (TMCA). The FCS&T Directorate and Mission Command Team requires contractor assistance with providing high quality software support services including software engineering, software verification testing, and systems engineering. The software engineering support includes implementation, changes and improvement to software requirements, and software coding which requires domain experience in developing software code in various environments. The software verification testing support includes planning, assistance in developing, and conducting software verification test of software to ensure conformance, and testing support such as requirements analysis, test planning, test documentation development, test execution and reporting, and analysis. The systems engineering support shall include, but is not limited to system architecture and design, requirements definition and analysis, quantitative and qualitative analysis of system performance and reliability and support Army and Joint Interoperability. The contractor(s) shall provide all necessary personnel, supervision, management, materials, and services to fully support these efforts within specified requirements and will be included in the individual task orders. The applicable NAICS for this effort is: 541330 "Engineering Services". The total maximum ceiling value of all contracts awarded is $49,000,000.00. The highest Distribution Level for this solicitation/contract is: Distribution Statement D. The following two (2) applicable documents are limited distribution and available upon certified request only: 1. The "Maneuver Control System (MCS), Battle Command Common Services (BCCS), and Command Post of the Future (CPOF) Security Classification Guide (SCG)" dated 29 July 2008 is a Distribution Statement D document, detailed as follows: Distribution Statement D: Distribution authorized to Department of Defense and U.S. DoD contractors only by specific authority of AR 380-5. Date of determination is approval date of this document. Other requests shall be referred to the Office of the Product Manager, TBC, ATTN: SFAE-C3T-BC-TBC, Fort Monmouth, NJ 07703 The MCS, BCCS, and CPOF SCG contains information exempt from mandatory disclosure under FOIA. Exemption 3 applies. Export Control Warning: All technical documents that are determined to contain export-controlled technical data shall be marked "WARNING - This document contains technical data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C., Sec 2751, et. seq.) or the Export Administration Act of 1979, as amended, Title 50, U.S.C., App. 2401 et. seq. Violations of these export laws are subject to severe criminal penalties. Disseminate in accordance with provisions of DoD Directive 5230.25." When it is technically infeasible to use the entire statement, an abbreviated marking may be used, and a copy of the full statement added to the "Notice To Accompany Release of Export-Controlled Data" required by DoD Directive 5230.25. Destruction Notice: Destroy by any method that will prevent disclosure of contents or reconstruction of the document. 2. The "Maneuver Control System (MCS) Interim Program Protection Plan (IPPP)" dated 21 August 2006 is a For Official Use Only (FOUO) document. To obtain a copy of the MCS, BCCS and CPOF SCG and MCS IPPP: Interested parties to this solicitation shall mail/email a signed and approved copy of their "Military Critical Technologies Data Agreement (DD Form 2345)" or a copy of their applicable license issued by the U.S. Department of State if the offeror is a non U.S. company. After receipt of this document, the point of contact (POC) listed below will provide a "Technical Data Questionnaire (AMSTA-AR Form 1350)" and a "Non-Disclosure and Non-Use Agreement" to be completed and signed by the interested party. Once all documents are complete and received by the POC, the limited distribution documents will be provided. It is critical that interested parties provide these documents to initiate their request for the limited distribution documents in a timely manner as a proposal submission date will not be extended based on an untimely request. U.S. Army Contracting Command - New Jersey ATTN: Nadine Schneider ACC-NJ-JA Bldg. 9, Phipps Road Picatinny Arsenal, NJ 07806-5000 nadine.k.schneider.civ@mail.mil THIS SYNOPSIS DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL (RFP). Further, this synopsis is not a guarantee of a future RFP and should not be construed as a commitment of any kind by the U.S. Government. Responses to this synopsis are not considered proposals and cannot be accepted by the Government to form a binding contract. The Government anticipates an RFP to be posted to FedBizOpps https://www.fbo.gov/ on or about 8 September 2015. The proposal submission date will be thirty (30) days after issuance of the RFP.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f849d7aeb11288b99f988328def4d7c7)
 
Place of Performance
Address: The primary place of performance is Picatinny Arsenal, New Jersey (Building 31)., United States
 
Record
SN03897001-W 20150923/150922000332-f849d7aeb11288b99f988328def4d7c7 (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.