Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 10, 2021 SAM #6982
SPECIAL NOTICE

R -- Test Resource Management Center, Test Capabilities Development

Notice Date
1/8/2021 11:49:20 AM
 
Notice Type
Justification
 
NAICS
541330 — Engineering Services
 
Contracting Office
GSA FAS AAS REGION 11 WASHINGTON DC 20407 USA
 
ZIP Code
20407
 
Solicitation Number
ID11180042-003
 
Archive Date
01/22/2021
 
Point of Contact
Marki Settles, Phone: 202-322-5039, Reva K Hutchinson, Phone: 2027081253
 
E-Mail Address
marki.settles@gsa.gov, reva.hutchinson@gsa.gov
(marki.settles@gsa.gov, reva.hutchinson@gsa.gov)
 
Award Number
47QFDA18D0003
 
Award Date
03/17/2016
 
Description
This announcement serves as notice of intent to award a sole source modification under the current contract and is not a Request for Proposals and no solicitation is forthcoming. However, responsible sources that believe they can perform these services in their entirety within the required timeframe and without significantly increasing program risks may submit a written notification of interest and a capability statement by the timeframe mentioned under the response section herein. Intent of the Notice:� The Defense Test Resource Management Center (DTRMC) (Alexandria, VA), through the GSA Federal Acquisition Service contracting office, in support of the Test Resource Management Center (TRMC) Test Capabilities Development (TCD) intends to issue a contract modification to contract 47QFDA18D0003. The modification is to exercise the option provision under FAR 52.217-8 Option to Extend Services for 6-months and to increase the ceiling amount of the single award, Indefinite Delivery Indefinite Quantity (IDIQ) Contract No. 47QFDA18D0003 with Scientific Research Corporation, Inc. (SRC). The proposed contract modification will provide continuation of engineering, technical, administrative, and analytical services in support of the Department of Defense (DoD), TRMC, pending the award of a new contract. This modification will be on a sole source basis pursuant to Federal Acquisition Regulation (FAR) 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. This contract modification will increase the contract ceiling by $10,800,000.00 with a contract ceiling increase from $55,047,844.03 to approximately $65,847,844.03 and extend the ordering period by 6 months to provide continuation of services from April�1, 2021 through September�31, 2021. The proposed contract modification is necessary to avoid a break in service pending the award of a new contract. SRC is uniquely qualified to provide these services within the requisite timeframe without significantly increasing costs and programmatic risks� based on their knowledge, experience, proprietary budget database, and existing team of technical experts with the required clearances and certifications. An open competition to continue the work would cause intolerable delay to the TRMC TCD program and pose an unacceptable risk to the Government.� Description: TRMC performs mission critical tasks in support of the National Defense Strategy to modernize the DoD acquisition test infrastructure. These tasks cover support to the TRMC headquarters, the Central Test and Evaluation Investment Program (CTEIP), the Test and Evaluation Science and Technology (T&E/S&T) program, and the Joint Mission Environment Test Capability (JMETC) program. TRMC requires continuation of the following support services to meet mission requirements as specified in individual task orders issued under the basic IDIQ contract: Test Capabilities Development (TCD) Program Management Support. The contractor shall provide engineering, technical, administrative, and analytical support; provide detailed budgetary and financial management support; and promote synergies and overall effective TRMC management. JMETC Program Support.� The JMETC is a corporate approach for linking distributed facilities that will enable T&E and acquisition community customers to evaluate new and legacy systems and capabilities in a Joint context.� The contractor shall provide engineering, technical, administrative, and analytical support to ongoing JMETC projects; support to designated activities that align with the focus areas established by the JMETC Program Manager; and support to launch new technology developments in secure, persistent, distributed test capabilities; CTEIP Program Support. The CTEIP program facilitates the coordination, planning, and execution of the Office of the Secretary of Defense investments in T&E ranges and facilities.� The contractor shall provide engineering, technical, administrative, and analytical support to accomplish program objectives; and support to assessments of ongoing CTEIP projects;� T&E/S&T Program Support. The T&E/S&T program matures technologies from proof of concepts (i.e. Technology Readiness Level 3) up to prototype demonstrations in a relevant environment (i.e., Technology Readiness Level 6), so new test technologies can be incorporated with less risk into on-going test capability modernization projects sponsored by other TRMC and/or Defense Department T&E investments. The contractor shall provide engineering, technical, administrative, and analytical support to accomplish program objectives; support designated activities that align with the focus areas established by the T&E/S&T Program Manager to include high speed systems test, spectrum efficient technology, electronic warfare test, advanced instrumentation systems test, directed energy test, netcentric systems test, unmanned and autonomous system test, and cyberspace test; and support to assessment of ongoing T&E/S&T projects and launching new technology developments; and TRMC Program Management Support: The contractor shall provide functional support to TRMC leadership for supporting overarching organizational integration, and for data calls, guides, briefings, reports, white papers, articles, and similar products and services. Responses:�The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. Interested firms may identify their interest and capability to meet the requirement and submit their response and capability statement by 2:00pm Eastern Daylight Time (EDT), Friday January 22, 2021. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. GSA will not be responsible for any costs incurred in response to this notice. Capability statements shall be submitted to the Contract Specialist, Mr. Marki Settles at marki.settles@gsa.gov and the Contracting Officer, Reva Hutchinson at reva.hutchinson@gsa.gov. A determination by the Government not to compete this proposed action based upon responses to this notice is solely within the discretion of the Government. 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/services. No solicitation documents exist at this time.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f0da080888c447da9d3692beabfa0919/view)
 
Place of Performance
Address: Alexandria, VA 22350-3700, USA
Zip Code: 22350-3700
Country: USA
 
Record
SN05887897-F 20210110/210108230101 (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.