Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2017 FBO #5775
SPECIAL NOTICE

R -- LOGFED Modeling and Simulation - LOGFED Modeling & Simulation PWS

Notice Date
9/13/2017
 
Notice Type
Special Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Lee, 1830 Quartermaster Road, Bldg 7124, Fort Lee, Virginia, 23801-1606, United States
 
ZIP Code
23801-1606
 
Solicitation Number
0011015093
 
Archive Date
10/3/2017
 
Point of Contact
Emily L. Wood, Phone: 8047657785
 
E-Mail Address
emily.l.wood5.civ@mail.mil
(emily.l.wood5.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
LOGFED Modeling & Simulation PWS THIS IS A Special Notice ONLY. The U.S. Government currently intends to award a contract for LOGFED Modeling and Simulation Support on an SOLE SOURCE basis. The proposed sole source, firm fixed price contract to Tapestry Solutions, Inc. for LOGFED Modeling and Simulation Support. The statutory authority for the sole source procurement is FAR 6.302-1, only one responsible source (except brand name). The delivery of this contract is intended to provide the U.S. Army CASCOM, the capability to fully participate in distributed simulation exercises (SIMEX) by ensuring that the desired Logistics Federate (ie. Joint Deployable Logistics Model/JDLM) is federated with other BLCSE Federation models within the Battle Lab Collaborative Simulation Environment (BLCSE) Federation for the expressed purpose of simulating logistic operation interactions between the federation combat model One Semi Automated Force (OneSAF). This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this special notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Government-wide Point of Entry. It is the responsibility of potential offerors to monitor the Government-wide Point of Entry for additional information pertaining to this requirement. The NAICS codes is: 1. 541511 - Custom Computer Programming Services. This U.S. industry comprises establishments primarily engaged in writing, modifying, testing, and supporting software to meet the needs of a particular customer. If you feel your company can meet the needs of the requirement, please provide the following: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 4. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solutions. Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-2269, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/73861b9703a7336ab082fa56a9579323)
 
Place of Performance
Address: CASCOM Sustainment Battle Lab, Fort Lee, Virginia, 23801, United States
Zip Code: 23801
 
Record
SN04676266-W 20170915/170913232708-73861b9703a7336ab082fa56a9579323 (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.