Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 09, 2016 FBO #5251
SOLICITATION NOTICE

A -- SOFTWARE ENGINEERING DEVELOPMENT PROGRAMMING ACTIVITIES IN SUPPORT OF SMDC/ARSTRAT MISSIONS RELATED TO EXPORTABLE COMBAT TRAINING CENTERS, THE ADVANCED DISTRIBUTED LEARNING PROGRAM, &THE REACTIVE INFORMATION PROGATION PLANNING FOR LIFELIKE EXERCISES

Notice Date
4/7/2016
 
Notice Type
Cancellation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W9113M) SMDC, ATTN: SMDC-CM-AP, PO Box 1500, Huntsville, Alabama, 35807, United States
 
ZIP Code
35807
 
Solicitation Number
W9113M-08-C-0031
 
Archive Date
4/29/2016
 
Point of Contact
Robert C. Porter, Phone: 256-955-5985, Tarshalyn M. Sanders, Phone: 256-955-5949
 
E-Mail Address
robert.c.porter42.civ@mail.mil, tarshalyn.m.sanders.civ@mail.mil
(robert.c.porter42.civ@mail.mil, tarshalyn.m.sanders.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The United States Army Contracting Command-Redstone Arsenal, U.S. Army Space and Missile Defense Command/Army Forces Strategic Command (USASMDC/ARSTRAT), Contracting and Acquisition Management Office, Redstone Arsenal AL 35898, intends to award of a sole-source contract to Concurrent Technology Corporation (CTC) located at 100 CTC Drive, Johnstown, PA 15904-1935; CAGE Code 0W151; DUNS Number 18-973-7810, for work to be performed by CTC, a designated large business; non-profit, applied research and developmental organization registered as a 501(c)(3 ). Performance will encompass CTC providing research and development support including system and subsystem development related to the Reactive Information Propagation Planning for Lifelike Exercises (RIPPLE) Program; The Exportable Combat Training Centers (E-CTC) Program and the Advanced Distributed Learning (ADL) Program. The resultant contract W9113M-08-C-0031 award will effect $12M Option IV Ceiling Increase with a 12-Month Period of Performance Extension from 30 April 2016 through 29 April 2017. The award will be issued as a Cost-Plus-Fixed Fee (CPFF) Modification to contract W9113M-08-C-0031 for an aggregate contract value of $61,999,999.98 including contemplated ceiling increase. The contract extension will leverage two CTC proprietary capabilities; RIPPLE and E-CTC, in support of various Military Training Centers, providing for Warfighter training programs essential to planning and executing missions; Warfighter toolset development and sustainment; demonstration and evaluation of space assets in support of the Army combat training centers, and ADL program development. The CTC proprietary capabilities allow for the creation and updating of operational synch matrices; tracking scenario status; integration with the Command Post of the Future, and production of After-Action-Reviews. In addition, support provided will include the development and configuration of proprietary capabilities which enable advanced users to configure current programs for use at different training sites, ranging from home stations to other Combat Training Centers, in addition to allowing for in-theater training. CTC will provide qualified personnel, materials, facilities, equipment, test instrumentation, data collection and analysis hardware and software, and other services that support the SMDC/ARSTRAT mission in addition to providing assistance and support integrally related to SMDC/ARSTRAT's global product areas and missions supporting the Department of Defense (DoD); non-DoD; US Navy; US Marine Corps; US Air Force; US Special Operations Command; Department of Homeland Security, and other Federal agencies and or Joint Agencies in the execution of their missions. In addition, CTC performance during the contract extension includes providing development and coordination of concepts and requirements and the application of current and emerging technologies, with integration to other training programs in various life-cycle stages. CTC performance will include enhancements to the proprietary RIPPLE and E-CTC capabilities in order to increase functionality via the incorporation of space assets, command and control, intelligence, cyber and space products. The statutory authority permitting other than full and open competition is Title 10 USC 2304(c)(1) - As implemented in Federal Acquisition Regulation (FAR) 6.302-1(a)(2)(iii); Only one responsible source and no other supplies or services will satisfy agency requirements. For DoD, NASA, and the Coast Guard, services may be deemed to be available only from the original source in the case of follow-on contracts for the continued provision of highly specialized services when it is likely that award to any other source would result in (A) Substantial duplication of cost to the Government that is not expected to be recovered through competition; or (B) Unacceptable delays in fulfilling the agency's requirements. This is NOT a formal notice of solicitation. This notice of intent to award a sole-source contract action is NOT a request for competitive proposals. Solicitation Documents are NOT available. Any resultant determination by the Government not to compete this proposed action pursuant to responses to this notice shall be solely at the discretion of the Government. All responsible sources may submit a response, as applicable, for consideration. Responses should be directed to Tarshalyn M. Sanders at tarshalyn.m.sanders.civ@mail.mil or to Robert C. Porter at robert.c.porter42.civ@mail.mil. Telephone or facsimile inquiries and/or responses will not be accepted. RESPONSES MUST BE RECEIVED WITHIN SEVEN (7) DAYS FROM THE PUBLICATION DATE OF THIS SYNOPOSIS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9037f50eeda520ef0d287f45a300e15e)
 
Place of Performance
Address: Concurrent Technology Corporation, 100 CTC Drive, Johnstown, PA 15904-1935, United States, Johnstown, Pennsylvania, 15904-1935, United States
Zip Code: 15904-1935
 
Record
SN04076289-W 20160409/160407234447-9037f50eeda520ef0d287f45a300e15e (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.