Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 26, 2017 FBO #5602
SOURCES SOUGHT

J -- Warfighter Field Operations Customer (FOCUS) Life Cycle Contractor Support Contract -- Notice of Intent

Notice Date
3/24/2017
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - Orlando (W900KK), 12211 Science Drive, Orlando, Florida, 32826-3224, United States
 
ZIP Code
32826-3224
 
Solicitation Number
W900KK07D0001
 
Archive Date
4/23/2017
 
Point of Contact
Devin Hollenbaugh, Phone: 4072085806
 
E-Mail Address
devin.g.hollenbaugh.civ@mail.mil
(devin.g.hollenbaugh.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This notice satisfies the requirement at FAR part 5.2 and constitutes the Government's Notice of Intent to increase the ceiling and extend the ordering period of Contract Number W900KK-07-D-0001 on a non-competitive basis. The action will be accomplished per 10 U.S.C. 2304(c)(1), FAR 6.302-1(a)(2)(iii)-Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements. Army Contracting Command, Orlando (ACC ORL) intends to increase the ceiling and extend the term of the current single award ID/IQ contract W900KK-07-D-0001 with Raytheon Company, 12792 Research Parkway Orlando FL 32826-3245, on a sole source basis in support of the Warfighter Field Operations Customer (FOCUS) Life Cycle Contractor Support program (NAICS: 541330, Engineering Services) on or about October 31, 2017. The estimated amount of the ceiling increase is $2.57B from $11.2B to $13.77B. The contract ordering period will be extended by a total of 24 months via one 12-month option and two 6-month options. The ordering period of contract W900KK-07-D-0001 ends on October 31, 2017. This proposed action is an extension strategy to ensure continuity of services in the event unforeseen circumstances disrupt the planned award schedules of multiple competitive follow-on contracts in Fiscal Year 2018. The Government only intends to utilize the extended ceiling and additional ordering period(s) if delays to the follow-on contract awards will result in a lapse of services. The 24-month extension is expected to be awarded to Raytheon Company under FAR 6.302-1 since 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, and (B) unacceptable delays in fulfilling the agency's requirements. The work to be performed with the ceiling increase and contract extension is within scope of the contract and includes CONUS and OCONUS execution of the following: 1. Program Management 2. Government Furnished Property (GFP) Support 3. Management Information System (MIS) and MIS Training 4. Quality Assurance 5. Continuous Technology Refreshment 6. Technical Data Package (TDP) Support 7. Deployment Support 8. Hazardous Materials Management 9. Safety and Risk Management 10. Relocation/Disposal of Devices 11. Life Cycle Management 12. Technical Review Support 13. Maintenance and Maintenance Records 14. Twenty-Four Hour Telephonic Support 15. Modification Maintenance Support 16. Supply Support 17. Consumables 18. Transportation and Shipping 19. Software Maintenance and Support 20. Post Production Software Support 21. Configuration Management and Control 22. Software Engineering 23. Software Changes 24. System Testing 25. User Interface 26. Exercise and Test Support 27. System Operators 28. Instruction 29. Physical Security 30. Engineering Services 31. Systems Integration 32. Reverse Engineering 33. Modification and Upgrade Installation 34. Curriculum Development 35. Planning, Training, and Exercise Operations 36. After Action Reviews 37. Information Assurance and Security 38. Simulation Installation Support 39. Facilities Management 40. License and Maintenance 41. Range Support Operations 42. Specialized Site-Dependent Support Requirements 43. Phase Out Any response to this notice must include a capability statement, proposal, or quotation for agency consideration which clearly and convincingly demonstrates the ability to execute the above support services on a short-term, short notice basis, with little or no phase-in period, over an estimated 12-24 month period. Further, responses must provide information showing that competition of this action would not result in substantial duplication of cost to the Government while the planned follow-on contracts are concurrently competed and awarded. Responses must be received no later than the 15th day after this notice is posted, submitted electronically to ACC ORL; ATTN: Delta Division - Devin Hollenbaugh, devin.g.hollenbaugh.civ@mail.mil. This posting is not considered a request for bid, quote or proposal and should not be construed as such. No solicitation document is available and telephone requests for information, technical or otherwise, will not be honored. No contract will be awarded on the basis of responses received. Responses will not be disclosed outside the agency and will be used by ACC ORL to determine if a short-term competitive action would eliminate any substantial duplication of costs while providing needed services at short notice with little or no phase-in period. A determination by the Government not to compete this proposed action on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the Government. ACC ORL will NOT be responsible for any costs incurred by interested parties in response to this posting.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f586b7a9da76a2e78a40bd200ae3f654)
 
Place of Performance
Address: Multiple CONUS and OCONUS locations., United States
 
Record
SN04447067-W 20170326/170324234553-f586b7a9da76a2e78a40bd200ae3f654 (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.