Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 20, 2023 SAM #7844
SOURCES SOUGHT

D -- Notice of Intent to Award Sole Source - Raytheon Solipsys

Notice Date
5/18/2023 9:48:27 AM
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
COMMANDER QUANTICO VA 22134-6050 USA
 
ZIP Code
22134-6050
 
Solicitation Number
M67854-23-R-0076
 
Response Due
6/19/2023 12:00:00 PM
 
Point of Contact
Jaime Arias, Alicia Sims
 
E-Mail Address
jaime.arias@usmc.mil, alicia.sims@usmc.mil
(jaime.arias@usmc.mil, alicia.sims@usmc.mil)
 
Description
THIS SYNOPSIS IS FOR INFORMATIONAL PURPOSES ONLY.� Program Executive Officer, Land Systems (PEO LS) Marine Corps Air Command & Control and Sensor Netting (AC2SN) intends to negotiate a Cost Plus Fixed Fee (CPFF) and Firm Fixed Price (FFP) Indefinite Delivery, Indefinite Quantity (IDIQ) type contract on a sole-source basis with Raytheon Solipsys, 8170 Maple Lawn Blvd, Fulton, MD 20759 for the procurement of lifecycle support activities needed to upgrade and sustain the Processing, Display and Sensor Software (PDSS) applications within the Common Aviation Command and Control (CAC2S).� This effort is expected to be awarded in the second quarter of Fiscal Year 2024 for five one-year ordering periods. The proposed contract action provides the lifecycle support activities needed to upgrade and sustain the PDSS application within the CAC2S software baseline and requirements.� These activities include engineering services and associated software updates and software documentation deliverables.� Additionally, the contract action provides for the procurement of software licenses, software maintenance, and modifications to the core PDSS software to support CAC2S integration onto shipboard platforms and Marine Corps Ground Based Air Defense (GBAD) program. The PDSS is a commercial computer software application.� The PDSS application provides the primary tactical/mission functionality of the CAC2S software suite.� Over the course of development of CAC2S, the PDSS application has been integrated/interfaced with other tactical information systems and networks to enable CAC2S to fully meet the Capability Production Documentation requirements.� Specifically, the PDSS performs the predominant functions required to meet the CAC2S Data Fusion Key Performance Parameter. In accordance with the CAC2S Acquisition Strategy (signed by Mr. Sean J. Stackley, Assistant Secretary of the Navy, Research, Development and Acquisition, on 9 August 2016), the CAC2S program did not acquire Government purpose rights for commercial hardware or software and included only limited rights to the core components of the PDSS commercial software applications.� Although PDSS has been modified to meet the Marine Corps� CAC2S requirements, the core components of the PDSS were developed and are sustained by the Original Equipment Manufacturer (OEM) at private expense.� Raytheon Solipsys retains exclusive rights needed to modify the PDSS core source code and remains the only source available to provide full software lifecycle support.� Thus, the Government has only limited rights in key technical data relating to the software developed or modified to meet the CAC2S requirements.� As a result, Raytheon Solipsys remains the OEM of the PDSS commercial off-the-shelf software application and retains exclusive rights to the PDSS core source code. Award to another contractor or use of an alternative software product would result in duplication of cost that would not be recovered through competition.� Additionally, transition to another contractor/product would result in unacceptable delays to meeting the CAC2S software sustainment requirements. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS.� This acquisition is being pursued on a sole source basis under the statutory authority of 10 U.S.C. 3204(a)(1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1(a)(2)(iii)(A) ""Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.""� Unless stated herein, no additional information is available.� Responsible interested parties may submit a capability statement which must be received by the Government within fifteen calendar days after the date of the publication of this synopsis, in which they identify their interest and capability to respond to this requirement.� The Government will consider all information received by the response date.� A determination by the Government not to compete this requirement based upon responses received as a result of this notice is solely within the discretion of the Government.� All submissions become Government property and will not be returned. Contractors are advised that the Government will not pay for any information or administrative costs incurred in response to this notice of intent. �The North American Industry Classification System code is 541511 - Custom Computer Programming Services. GENERAL INFORMATION: The information provided herein is subject to change and is not binding on the United States Government.� The Government has not made a commitment to procure any of the items discussed and this notice should not be construed as a commitment or as authorization to incur cost for which reimbursement would be required or sought.� All responses to this notice shall be submitted to Mr. Jaime Arias at jaime.arias@usmc.mil and Ms. Alicia Sims at alicia.sims@usmc.mil.� Please reference the announcement number on all correspondence.� Telephone calls will not be honored. Primary Point of Contact: Jaime Arias Contract Specialist jaime.arias@usmc.mil Secondary Point of Contact: Alicia Sims Contracting Officer alicia.sims@usmc.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ae145560ffcf498ca6a91c229e6012b4/view)
 
Place of Performance
Address: Fulton, MD 20759, USA
Zip Code: 20759
Country: USA
 
Record
SN06687969-F 20230520/230519212001 (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.