Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 12, 2019 FBO #6440
SPECIAL NOTICE

10 -- GSPS Basic IDIQ Contract Extension and Ceiling Value Increase

Notice Date
7/10/2019
 
Notice Type
Synopsis
 
NAICS
511210 — Software Publishers
 
Contracting Office
901 SAC Blvd Ste 1H11 Offutt AFB NE 68113
 
ZIP Code
68113
 
Solicitation Number
FA8730-13-D-0009-P00018
 
Response Due
7/16/2019
 
Point of Contact
Mark R. Luckritz, Contracting Officer, Phone Not Available, Fax Not Available, - Jeremy T. Peppler, Contract Specialist, Phone Not Availiable, Fax Not Available
 
E-Mail Address
mark.r.luckritz.civ@mail.mil, jeremy.t.peppler.civ@mail.mil
 
Small Business Set-Aside
N/A
 
Description
The United States (U.S.) Air Force Integrated Strategic Planning and Analysis Network (ISPAN) Program Office (PMO) located at the United States Strategic Command (USSTRATCOM) on Offutt Air Force Base (AFB) in Nebraska (NE), herein referred to as AFLCMC/HBC or the Government, intends to execute a sole source Extension/Value Increase to Global Strike and Product Support (GSPS) Basic Indefinite-Delivery--Indefinite Quantity (IDIQ) Contract Number FA8730-13-D-0009 with Lockheed Martin Corporation - Rotary and Mission Systems Division (LM RMS) pursuant to the authority of 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. The current GSPS Basic IDIQ Contract was solicited under full and open procedures where all interested parties were made aware of the current, potential contract value and the current, firm contract scope. The GSPS Basic IDIQ Contract was a competitive FAR Part 15 solicitation and the single-award to Lockheed established competitive pricing (labor categories and hourly burdened labor rates) for ordering against the Basic IDIQ Contract. The Government's immediate mission need is to modify the existing GSPS Basic IDIQ Contract with LM RMS which would extend the contract length (schedule) by two (2) calendar years and increase the total contract ceiling value by $20M to ensure that an appropriate procurement mechanism remains in place for the Government's continued ordering of in-scope GSPS software requirements from 1 February 2020 thru 31 January 2022 as a means to efficiently and effectively fulfill future GSPS software needs, mitigate USSTRATCOM mission impacts, avoid disruptions to other ISPAN and MPAS subsystems and mitigate any risks to national security. The subject Extension/Increase shall not be adding new technical scope or new contract line item numbers (CLINs) to the GSPS Basic IDIQ Contract however the total ceiling value shall be adjusted to accommodate future ordering of in-scope requirements spanning 1 February 2020 thru 31 January 2022. AFLCMC/HBC has a valid mission need for continuation of GSPS software deliveries from 1 February 2020 - 31 January 2022 which would satisfy maintenance/sustainment (M&S) requirements, future potential effort (development/DEV) requirements, other direct costs (prop prep and travel/TDY), special studies/analysis, operational baseline deliveries, onsite support, continuous level-of-effort software deliveries (Agile/DevOps), transition support and contract data/reports (CDRLs) given: a near term move to a new USSTRATCOM Command and Control (C2) facility (C2F); revised security classification guide (SCG) changes which are more restrictive than current security specifications; emerging Air Force trends and changes toward new Agile/DevOps software development policies; the necessity to meet Milestone Decision Authority (MDA) timelines for several concurrent development efforts; ongoing ISPAN Mission Planning and Analysis System (MPAS) Increment 4 Modernization fielding (FOC); the challenges of integrating ISPAN/MPAS Increment 5 software deliveries; near term standup of the AFLCMC/HBC Rogue Blue Software Factory; and the anticipated challenges involved in integrating software deliveries for GSPS development and sustainment baselines with similar software baselines of numerous other ISPAN subsystem and MPAS subsystem software deliveries as a result of the aforementioned constraints. Delivery of quality, secure and highly-functional GSPS software requires significant technical expertise, experience and knowledge of past, present and future ISPAN, MPAS and GSPS systems/sub-systems. The GSPS Basic IDIQ Contract requires a Top Secret security classification level with additional caveats (SCI, ACCM, etc.) so mostly all Contractor personnel must have the requisite, active Top Secret security clearances. Also, GSPS Basic IDIQ Contract software developers (Contractors) must be physically located within the USSTRATCOM building located on Offutt AFB which means that a large majority of Contractor personnel must live within the local marketplace (Omaha, NE). This GSPS Basic IDIQ Contract Extension/Increase is crucial to mitigate security, technical, performance, schedule, cost and logistics risks which could easily disrupt the mission, unduly impact already constrained U.S. Government resources and threaten national security. Conducting a source selection for a new GSPS Software follow-on contract is not feasible for the Government at this time because the subject Extension/Increase to the current GSPS Basic IDIQ Contract offers the most efficient and effective acquisition solution available for continued development or production of a major system or highly specialized equipment and because award to any other source would result in substantial duplication of costs (which the Government could not recover through competition) and unacceptable delays in the Air Force fulfilling USSTRATCOM mission requirements and ISPAN/MPAS Modernization activities. This special notice is neither a request for a competitive proposal nor a solicitation for offers. A determination by AFLCMC/HBC to not compete this requirement based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of whether to conduct a competitive procurement in the future. This notice shall not be construed as a legal commitment by the Government. Additional requests for information, status or clarification pertaining to this notice shall be declined by the Government. If your company currently possess the requisite technical capability, relevant system and domain knowledge, required security clearances and available personnel that can immediately be assigned at the USSTRATCOM building on Offutt AFB in Nebraska to fully meet the continuation of all GSPS Basic IDIQ Contract software requirements spanning 1 February 2020 thru 31 January 2022 within schedule and budget, please provide a capability package to the AFLCMC/HBCK Contracting Officer via electronic commerce (mark.r.luckritz.civ@mail.mil) on or before TUESDAY, JULY 16, 2019 (7/16/2019), by the close of business (COB). NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (10-JUL-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/973e21cec1298df9ba7e5b896ba6bff3)
 
Place of Performance
Address: AFLCMC/HBC 901 SAC Boulevard USSTRATCOM Building 500 Offutt Air Force Base, NE
Zip Code: 68113
Country: US
 
Record
SN05365068-F 20190712/190710230026 (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.