Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 24, 2015 FBO #5144
AWARD

59 -- Weather Systems - Joint Environmental Toolkit (JET) Contractor Logistics Support (CLS) - Task Order Award - Task Order Award

Notice Date
12/22/2015
 
Notice Type
Award Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/HB - Hanscom, 11 Barksdale Ave Bldg 1614, Hanscom Air Force Base, Massachusetts, 01731, United States
 
ZIP Code
01731
 
Solicitation Number
FA873015R0009
 
Point of Contact
Stephen J. Winchester, Phone: 7812255044, Matthew Bublitz, Phone: 781-225-5075
 
E-Mail Address
stephen.winchester@us.af.mil, matthew.bublitz@us.af.mil
(stephen.winchester@us.af.mil, matthew.bublitz@us.af.mil)
 
Small Business Set-Aside
N/A
 
Award Number
FA8730-16-F-0002
 
Award Date
12/15/2015
 
Awardee
Raytheon Company Intelligence and Information Systems, 2120 S 72nd St., Omaha, Nebraska 68124-2366, United States
 
Award Amount
$4,070,987
 
Line Number
0070-0071-0072-0010-0020-0040-0041-0050-0051-0060-0061
 
Description
Signed and Awarded Contract Basic Contract NOTICE OF CONTRACT ACTION (NOCA) - AFLCMC/HBAK has awarded (1) task order using FAR Part 16.505 Fair Opportunity procedures through GSA Alliant Government-wide Acquisition Contract (GWAC) Large Business for Joint Environmental Toolkit (JET) Contractor Logistics Support (CLS). The period of performance of the task order, inclusive of options, will be 78 months. The task order will be of a firm fixed price nature. The United States Air Force (USAF) initiated Joint Environmental Toolkit (JET) program is nearing the completion of its final developmental phase with the current vendor, and is transitioning to the Sustainment phase of the Evolutionary Acquisition Process. A Contractor Logistics Support (CLS) effort is planned to support this sustainment. The USAF initiated the JET program to: 1) provide tailorable weather products to the user, 2) interface with applicable Command and Control (C2) systems, and 3) implement the Air Force Weather Weapon System (AFWWS)"To Be" Architecture through incremental fielding of system capability. This Performance Work Statement (PWS) provides a detailed description of the effort needed to provide the CLS necessary to sustain the fielded JET system in its current configuration worldwide per the JET Technical Requirements Document (TRD). This includes, but is not limited to program management, logistics support [help desk support, maintenance, spares and repair management, software license management, Program Protection Plan (PPP) compliance, Configuration Control Board (CCB) support, systems engineering, operational availability rate, Government Furnished Equipment (GFE) management, materials management, shipping, travel, etc.], computer resource support, "Hot Fix" software corrections, troubleshooting, Preventative Maintenance Inspections (PMI), Time Compliance Network Order (TCNO) verification, Information Assurance (IA) compliance, technical manual development and maintenance, training, and Contract Data Requirements List (CDRL) deliverables. Additionally, the JET CLS Contractor (henceforth referred to as "the Contractor") shall develop Maintenance Releases (MRs) covering deficiency backlog resolution, as well as perform adaptive maintenance actions to modernize the system via Special Projects. The Contractor shall also perform incremental Operational Weather Squadron (OWS) and Sensor Collection Appliance (SCA) technical refreshes, as well as provide support to the Air Force Weather (AFW) Enterprise transition of JET systems capabilities to the Weather Data Analysis (WDA) system by the end of FY2020. An AFLCMC Ombudsman has been appointed to consider and facilitate the resolution of concerns from offers, potential offers, 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 contract. The AFLCMC Ombudsman can be contacted at: AFLCMC Ombudsman; 1790 10th Street, Wright-Patterson AFB OH 45433-7630; Telephone #937-255-5472; E- Mail: jill.willinghamallen.1@us.af.mil. Please direct any questions regarding this Notice to Captain Matthew Bublitz, Contracting Officer, tel. (781) 225-5075, e-mail: matthew.bublitz@us.af.mil ; or Mr. Stephen Winchester, Contract Specialist, tel. (781) 225-5044, e-mail: stephen.winchester@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/db40eac48381cccaa723dd4bdb33457e)
 
Place of Performance
Address: Hanscom Conference Center, 25 Grenier Street, Bldg 1106/Holzman Room, Hanscom AFB, Massachusetts, 01731, United States
Zip Code: 01731
 
Record
SN03976644-W 20151224/151222234926-db40eac48381cccaa723dd4bdb33457e (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.