Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 17, 2020 SAM #6867
AWARD

99 -- Award of Naval Operational Business Logistics Enterprise (NOBLE) Naval Maintenance, Repair, and Overhaul (N-MRO) Continuation of Prototyping Agreement

Notice Date
9/15/2020 8:43:26 AM
 
Notice Type
Award Notice
 
Contracting Office
W6QK ACC-ORLANDO ORLANDO FL 32826-3224 USA
 
ZIP Code
32826-3224
 
Solicitation Number
W900KK-20-9-0016
 
Archive Date
09/30/2020
 
Point of Contact
Jamie Davies, Phone: 4072083261
 
E-Mail Address
jamie.n.davies.civ@mail.mil
(jamie.n.davies.civ@mail.mil)
 
Award Number
W900KK-20-9-0016
 
Award Date
09/15/2020
 
Awardee
LOCKHEED MARTIN CORPORATION Orlando FL USA
 
Award Amount
151084088.00
 
Description
On 15 September 2020, in accordance with 10 U.S. Code � 2371b, the Army Contracting Command � Orlando has awarded an Other Transaction Agreement (OTA) for the�Naval Operational Business Logistics Enterprise (NOBLE) Naval Maintenance, Repair, and Overhaul (N-MRO) Continuation of Prototyping. N-MRO encompasses the Naval Aviation Maintenance System (NAMS)/Naval Operational Maintenance Environment (NOME) requirements. A Request for Solutions for the NOBLE Family of Systems was issued through TReX on 11 July 2018, which resulted in the submittal of 31 total responses across the different domains of Naval Operational Supply System (NOSS), NAMS, NOME, and Integrated Data Environment (IDE). As a result of a competition, selected vendors were put into 3 pilots, an initial prototype project was awarded�to Lockheed Martin (Pilot I) on 14 December 2018. Based on the viability of Pilot I and Pilot II vendors, the Government elected not to move forward with a Pilot III. After a second phase of source selection between the two pilot vendors, Lockheed Martin was selected for continuation of prototyping and was awarded an award valued at $151,084,088.00 on 15 September 2020. The N-MRO solution must: (1) provide a scalable and flexible enterprise information capability to meet the user community objectives within the Department of Navy logistics framework; (2) allow for human centered design configuration to meet functional user story board requirements; (3) incorporate data-driven, predictive analytics capabilities to enable �sense and respond� logistics capable of operating in a communications and data-degraded environment; (4) provide an enterprise view of information, allowing forecasting across activities and integration of planning efforts throughout the aviation and maritime operational maintenance environments; and provide Organizational, Intermediate, and Depot-level maintenance capabilities for aviation, land, ships, and submarines; and support Naval Operational Forces afloat and deployed expeditionary operations, and maritime ashore industrial operations to improve delivery of ships and submarines within assigned availability windows. Upon successful completion of this prototype effort, the Government anticipates that a follow-on production effort may be awarded via either contract or transaction, without the use of competitive procedures if the participants in this transaction successfully complete the prototype project as awarded. Successful completion and acceptance of this Agreement will be defined as signed Certificates of Completion (CoCs) for all exercised Contract Line Items Numbers, whereby the prototype is determined to be effective and suitable, and by completion of all activities and deliverables identified in the Statement of Work (SOW). Note: Should the selected vendor fail to demonstrate progress or be unsuccessful in the accomplishment of the goals of this prototyping effort, the Government reserves the right to return to the results of this competition and award additional Other Transaction Agreements to one or more of the vendors that responded to the initial Request for Solutions or the pool of pilot vendors, as appropriate within the scope and evaluated results of the competition.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/420cc3a1b53a43568da1c17a91105cb4/view)
 
Place of Performance
Address: Orlando, FL 32825, USA
Zip Code: 32825
Country: USA
 
Record
SN05797462-F 20200917/200915230149 (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  © 1994-2020, Loren Data Corp.