Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 23, 2020 SAM #6720
SPECIAL NOTICE

A -- Notice of Intent to Award a Sole Source for DIL_Rev1

Notice Date
4/21/2020 10:46:27 AM
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
W6QK ACC-ORLANDO ORLANDO FL 32826-3224 USA
 
ZIP Code
32826-3224
 
Solicitation Number
W900KK-20-R-0056
 
Response Due
4/23/2020 12:00:00 PM
 
Archive Date
05/08/2020
 
Point of Contact
Annette Watson-Johnson, Phone: 4073845379, David Hagler, Phone: 4072083164
 
E-Mail Address
annette.watson-johnson.civ@mail.mil, david.a.hagler.civ@mail.mil
(annette.watson-johnson.civ@mail.mil, david.a.hagler.civ@mail.mil)
 
Description
SYNOPSIS: Notice of Intent to Award Sole Source Procurement: This effort will be a brand new stand-alone C Type contract. The award of this contract will only commence if the new competive Digital Integration Lab (DIL) contract encounters a protest. PROGRAM DESCRIPTION: Project Manager Synthetic Environment (PM SE) the Project Manager Synthetic Environment (PM SE) has a requirement to award a new contract for 6 months to provide support for the Digital Integration Lab (DIL) contract until the new competitive DIL contract award process can be completed. This effort will require the contractor to continue to provide supply and services for eight (8) PEO STRI programs Programs of Records (PORs) and supporting organizations by providing the warfighter with live, virtual, and constructive training from:� June 2020 - September 2020.� An option for 2 more months:� October 2020 through November 2020 will be available if the Government deems it necessary. The PM SE effort will provide the supply and services for the sustainment of DIL programs. ACQUISITION APPROACH: The Government anticipates issuing a new C Type contract to continue the support of all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform technical and management activities for 4 months with a 2 month option period, to support the DIL programs. COLSA Corp is the only contractor capable of completing this action. Based on their experience with the current DIL Contract and associated delivery orders, COLSA Corp have the unique qualifications to perform, in the short-term, the requirements summarized herein. COLSA is best positioned to support this requirement for continued DIL capability within the performance and schedule constraints. It's expected that with a new contractor there will be a loss of learning/experience associated with contractor labor costs as well as knowledge required to support the programs of record that are dependent upon the DIL.� The PORs that depend on MCIS provided by the DIL include Synthetic Training Environment (STE), Live, Virtual, Constructive � Integrating Environment (LVC-IA), Joint Land Component Constructive Training Capability (JLCCTC), Close Combat Tactical Trainer (CCTT), One Semi-Automated Forces (OneSAF), Games for Training (GFT), Intelligence and Electronic Warfare Tactical Proficiency Trainer (IEWTPT), Aviation Combined Arms Tactical Trainer (AVCATT), as well as the National Simulation Center (NSC). These eight (8) PEO STRI� PORs and supporting organizations provide the warfighter with live, virtual, and constructive training. It is in the best interest of the Department of the Army to approve this action, as a break in contract support would impact at least eight (8) additional contracts, not including the DIL.� Additionally, the competitive bid would require additional resources to evaluate multiple proposals. Finally, the amount of time required for a competitive award for this effort would put the award of a new contract beyond the end of the current contract�s period of performance, resulting in a gap between contracts and an impact to a minimum of 9 PORs. While other companies would be able to support this effort, none could do it within the schedule and financial constraints necessary for this effort. A competitive procurement for this six-month effort would not be a cost effective course of action.� A different contractor would be required to acquire personnel with appropriate clearances in place, obtain CAC cards and PEO STRI badges, and have immediate knowledge on all the mission command systems located within the Joint Development and Integration Facility. There is inadequate time for a transition, thus incurring additional startup costs as well as schedule delays; additional effort would be involved from both the Government and contractor for transfer and accountability of Government property; and additional costs and schedule delays would be incurred for a competitive versus sole source award. The award will be issued on a sole source basis in accordance with FAR Part 6.302-1 -- Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The contract must be issued on a sole-source basis because only one awardee is capable of providing the supplies or services required at the level of quality required because the supplies or services ordered are unique or highly specialized. ESTIMATED ACQUISITION DOLLAR VALUE: Not to Exceed $1.85M PERIOD OF PERFORMANCE: June 2020 - September 2020-- An option for 2 more months:� October 2020 through November 2020 RESPONSES REQUESTED: Contractors who can provide DIL program support with the ability to meet the PORs requirement to continue supporting organizations by providing the warfighter with live, virtual, and constructive training from shall submit an affirmative, written response, not to exceed 5 pages, indicating their ability to meet the specific requirements outlined above. Responses should appear on company letterhead and include any applicable pricing data or information. All responses should include a point of contact, telephone number and an e-mail address. Additionally, respondents should indicate whether they are a large business, small business, small disadvantaged business, 8(a) concern, women-owned small business, HUBZone, service disabled veteran-owned small business, or qualify as socially or economically disadvantaged and whether they are U.S. or foreign owned. Responses shall be furnished electronically to the contacts listed below, no later than 1500 EST on 23 April 2020. DISCLAIMER: This notice does not constitute an Invitation for Bids (IFB) or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products. No funds are available to pay for preparation of responses to this notification. The Government will use any information received by the closing date of this notice to determine whether other sources are available and capable to satisfy this requirement. � Point of Contact: Contract Specialist: Mrs. Annette Watson-Johnson annette.watson-johnson.civ@mail.mil (407) 384-5379 Point of Contact: Technical, Project Director: Mr. James F. Dunn, Jr. james.f.dunn30.civ@mail.mil (407) 208-3176 Primary Point of Contact: Annette Watson-Johnson, Contract Specialist annette.watson-johnson.civ@mail.mil Phone: 4073845379 Secondary Point of Contact: David A Hagler Contracting Officer david.a.hagler.civ@mail.mil Phone: (407) 208-3164 Contracting Office Address: 12211 Science Drive Orlando, Florida 32826-3224 United States Place of Performance: US Army Contracting Command - Orlando 12211 Science Drive
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/cccd6307cb7b49bcbacb1604b0242686/view)
 
Place of Performance
Address: Orlando, FL 32826, USA
Zip Code: 32826
Country: USA
 
Record
SN05630409-F 20200423/200422060348 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.