Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2017 FBO #5720
SOLICITATION NOTICE

10 -- Wepons Planning Software

Notice Date
7/20/2017
 
Notice Type
Presolicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/EBDK - Eglin, 205 West D Ave, Bldg 350 Ste 545, Eglin AFB, Florida, 32542, United States
 
ZIP Code
32542
 
Solicitation Number
FA868116WPS01A
 
Archive Date
8/19/2017
 
Point of Contact
Brent P. Barnhill, Phone: 850-883-3218, Diana R Graziano, Phone: 850-883-0520
 
E-Mail Address
brent.barnhill.1@us.af.mil, diana.graziano@us.af.mil
(brent.barnhill.1@us.af.mil, diana.graziano@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
***This notice was previously posted under NAICS Code 541511 as Presolicitation Notice FA868116WPS01 on 1 December 2016 and is now being reposted under NAICS Code 511210 to align with the current contracting effort. The Government's intent as outlined below remains the same.*** AFLCMC/EBDW intends to increase the maximum ceiling for the following contract number from $99M to $124M under the authority of FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements [10 U.S.C. 2304(c)(1)]: FA8677-10-D-0006 (Weapon Planning Software (WPS) contract), awarded 29 September 2010, to Northrop Grumman Systems Corporation (NGSC), 925 Oyster Bay Rd, Bethpage, NY 11714-1035. The current ordering period, 29 September 2010 through 28 September 2018, will remain unchanged as part of this effort. The purpose of the contract effort described herein is continued development of the WPS suite based on Joint Mission Planning System (JMPS) architecture WITHIN current, mission-critical development timelines. WPS provides PC-based weapon mission planning capabilities covering numerous aircraft/weapon platforms (both US- and foreign-made). The WPS suite is used by Department of Defense (DoD) organizations and foreign countries using JMPS for precision guided munition (PGM) planning. WPS will function in both the 32-bit JMPS Framework and the future 64-bit (native) JMPS Framework and will be approximately 30% complete (developed) prior to execution of the pending ceiling increase. Additional information on the WPS requirement can be found through the initial sources sought posting on the FedBizOpps (FBO) website (reference: FA868116WPS01). A modification to the existing Indefinite Delivery/Indefinite Quantity (IDIQ) contract is anticipated, which utilizes a mixture of cost-reimbursement and fixed-price contract line-item types. As stated above, the ordering period for the current contract action will not change. This is not a solicitation, request for proposal/quote, or invitation for bid, nor does it restrict the Government to a specific acquisition approach. The Government intends to increase the ceiling for this effort with only one source under the authority of FAR 6.302-1 (10 U.S.C. 2304(c)(1)), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. In accordance with FAR 5.207(c)(16)(ii), all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Submission of any of these documents shall be at the contractor's expense. Capability statements shall demonstrate how the source can provide the stated deliverables without substantial duplication of costs to the Government or unacceptable schedule delays. Additionally, the capability statement should address whether the opportunity sought after is that of a prime or subcontractor and small business size determination. The decision by the Government not to compete this proposed contract action based upon any responses obtained from the initial sources sought posting on the FBO website (reference: FA868116WPS01 ) and this notice of contract action is solely within the discretion of the Government. The information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The contractor must be registered with the System for Award Management (SAM) to be eligible for contact award or payment from any DOD activity. Information on SAM registration and annual confirmation requirements may be obtained at https://www.sam.gov/portal/SAM/. All responses must be received electronically to brent.barnhill.1@us.af.mil no later than the closing of this FBO notice. The Air Force Life Cycle Management Center (AFLCMC) has appointed an Ombudsman to hear concerns from potential offerors relating to this acquisition. The Ombudsman does not diminish the authority of the Program Manager 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. Matters of a routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman, but rather to the Contracting Officer identified. The AFLCMC appointed Ombudsman: Ms. Jill Willingham AFLCMC/AQP Chief, Acquisition Program Management Division 1790 10th Street, Bldg. 572, Rm 209B Wright Patterson AFB, OH 937-255-5472
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8b4d5972dc14190afa176772c26cf36f)
 
Record
SN04587943-W 20170722/170720234848-8b4d5972dc14190afa176772c26cf36f (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  © 1994-2020, Loren Data Corp.