Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 24, 2019 FBO #6542
SOLICITATION NOTICE

A -- Weaponeering and Stores Planning (WASP) Legacy Software

Notice Date
10/22/2019
 
Notice Type
Presolicitation
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00019-20-RFPREQ-PMA-281-0044
 
Archive Date
11/22/2019
 
Point of Contact
Jacob Leitch, Phone: 3013420542
 
E-Mail Address
jacob.leitch@navy.mil
(jacob.leitch@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE. The Naval Air Systems Command (NAVAIR) intends to issue a sole-source Cost-Plus Fixed Fee (CPFF) Delivery Order under Basic Ordering Agreement (BOA) Contract N00019-20-G-0001 to DCS Corporation, hereafter referred to as the Contractor, for development and delivery of WASP Legacy software. Under this delivery order, the Contractor will develop WASP 5.0, continuing GUI redesign started with WASP 4.1 and begin initial transition to micro-services architecture in support of Next Gen Naval Mission Planning. These requirements will be procured in accordance with the statutory authority permitting other than full and open competition under Title 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." DCS Corporation has developed and delivered all WASP versions, both U.S. and FMS, in a component-based evolutionary acquisition. DCS Corporation has generated extensive, applied, knowledge-based experience and proficiency with the WASP code, database tier design and structure of WASP applications used by the Fleet community. Selection of a contractor other than DCS Corporation would result in substantial duplication of cost to the Government that is not expected to be recovered through competition, as well as unacceptable impacts to schedule and performance. No other source has the technical qualification and necessary resources to perform the work described herein, nor will any other supplies or services satisfy the Government's requirements. This synopsis is published for informative purposes (THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS). A determination by the Government not to compete the proposed contract modification based upon responses to this notice is solely within the discretion of the Government. Companies interested in subcontracting opportunities should contact DCS Corporation, directly. There are no commitments by the Government to issue any solicitations, make an award or awards, or to be responsible for any monies expended by any interested parties before award of a contract for the efforts mentioned above. Information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. No telephone responses will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00019-20-RFPREQ-PMA-281-0044/listing.html)
 
Place of Performance
Address: Lexington Park, Maryland, 20653, United States
Zip Code: 20653
 
Record
SN05479808-W 20191024/191022230526-cc186e372e0ba22f84c99f1a057f0a88 (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.