COMMERCE BUSINESS DAILY ISSUE OF AUGUST 16, 2001 PSA #2916
SOLICITATIONS
D -- DEFENSE SYSTEMS PROGRAM (DSP) FUNDS ARE NOT CURRENTLY AVAILABLE FOR THIS ACQUISITION. NO CONTRACT AWARD WILL BE MADE UNTIL APPROPRIATED FUNDS ARE MADE AVAILABLE.
- Notice Date
- August 14, 2001
- Contracting Office
- US Army Space and Missile Defense Command, Deputy Commander, ATTN SMDC-CM-AP, P.O. Box 1500, Huntsville, AL 35807-3801
- ZIP Code
- 35807-3801
- Solicitation Number
- DASG60-01-R-00NA
- Response Due
- August 29, 2001
- Point of Contact
- Susan Rogers, 256-955-3439
- E-Mail Address
- US Army Space and Missile Defense Command, Deputy (susan.rogers@smdc.army.mil)
- Description
- The U.S. Army Space and Missile Defense Command (USASMDC) intends to negotiate on a sole source basis with Management Services Group, Inc. (dba Global Technical Systems (GTS) of Virginia Beach, VA for the Defense Systems Program, U.S. Navy, Naval Sea Syste ms Command, Combat Direction System Activity, Dam Neck, VA. The proposed acquisition is directed to GTS pursuant to 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1(a)(2)(iii). These efforts build on the prior work of GTS and it has been determined th at award to any other source would result in substantial duplication of cost to the Government not expected to be recovered through competition. This support shall include, but not be limited to, Scientific, Engineering and Limited Production (SELP) supp ort to the NAVSEA, and other Federal Agencies worldwide, for the DSP. The contractor shall supply products and services in support of the three focus areas of DSP: Aegis Weapon Systems (AWS); Special Operations Craft/ Integrated Command and Control Syste ms (SOC/IC2S); and Combat Vehicle Training Systems (CVTS). Support shall be provided for limited quantity prototype development and associated operation, maintenance, testing, training, Integrated Logistics Support, and implementation of approved technolo gy insertion projects. Since start-up, this work has been performed using the GSA and DOT contracts performed by GTS. A Time-and-Materials/Firm-Fixed-Price Labor Category type contract is contemplated. The period of performance will be a three-year basi c. The services required to meet the needs of the NAVSEA community include a broad range of technical and analytical activities. The effort will include Project Planning/Program Management; Technology Insertion/Modernization; NDI/COTS Integration; Reverse En gineering/Re-engineering; Obsolescence Management Assessments; Design, Development, Fielding, and Maintenance of Associated Detection Control and Engagement Systems; Design, Development, Fielding, of Associated Training/Simulation and Test System Prototype s; Software Re-engineering, Maintenance and Development Services; and Defense Studies, Evaluations, Modeling and Simulation. The contractor shall provide services and materials to support the DSP in Equipment and System Check-Out and Testing; Equipment and System Alignments, Grooms, and Repairs; Equipment and System Modifications/Upgrades; Equipment and System Modernization and Technology Refreshment (including Reverse Engineering and Hardware Design, Re-engineering and Hardware Design, COTS/NDI Integration and Fielding, Manufacturing/Production Assistance, and Software Engineering, Integration, Support and Validation); Equipment and System Obsolescence management (including Development of End-of-Life Hardware Support Strategies, 'Lifetime Buy' Acquisition Strategies, Evaluation Hardware Production, Establishment of End-of-Life software Support Strategies; and Equipment and System Installation Services); Equipment and System Operation and Maintenance Training (including Development of Operation and Maintenance Manuals, Development of Computer-Based Training and Maintenance Syllabi, Development of Platform Trainers and Training Syst ems, Development of IETM and Web-based Information Delivery Systems, Equipment and System Life Cycle Logistics Support, Including Provisioning (Spares, Repair Parts and Newly-Manufactured Parts and Disassembly, Inspection, test and repair of parts); and Do cumentation Development. The Contractor shall travel as required to attend meetings, provide on-site support, or to interface with others to provide the above stated services. The North American Industrial Classification System (NAICS) is 541512 with a small business size standard of $18M. This action is not open to allied participation. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. Howev er, interested persons may identify to the contracting officer their interest and capability to satisfy the Government s requirement with a commercial item within 15 days of this notice. The proposed contract action is for services for which the Governmen t intends to solicit and negotiate with only one source under the authority of FAR 6.302. This notice of intent to award a sole source contract is not a request for competitive proposals. Interested parties are advised that the distributed system is curr ently undergoing development and that system documentation is not currently available. Interested parties who believe they can perform this requirement without substantial duplication of cost to the Government are invited to submit a written narrative sta tement of capability, including detailed technical information sufficient to permit agency analysis in order to determine bona fide capability to meet the Government s requirements. In order to be responsive, the statement must demonstrate (1) a history o f proven experience in developing, operating, maintaining, and modifying a distributed systems; (2) the ability to immediately assume the on-going project without disruption to current operations. Responses without the required documentation will be consi dered nonresponsive. The above stated information must be received no later than 15 days after publication of this synopsis, should cite number NAVSEA-DSD-01, and should be mailed to the U.S. Army Space and Missile Defense Command, 106 Wynn Drive, Huntsvi lle, AL 35805-1990. Contract Specialist is Mr. Billy Lemley, SMDC-CM-CS, (256)955-4985, or e-mail billy.lemley@smdc.army.mil. Contracting Officer is Ms. Susan Rogers, SMDC-CM-CS, (256)955-3439, or email: susan.rogers@smdc.army.mil. A determination by th e 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 competiti ve procurement. All responsible sources may submit an offer which will be considered. This is NOT a formal notice of solicitation. Telephone or facsimile inquires and/or responses will not be accepted. See Notes 22 and 26.
- Web Link
- Army Single Face to Industry (http://acquisition.army.mil)
- Record
- Loren Data Corp. 20010816/DSOL011.HTM (D-226 SN50U9O4)
| D - Automatic Data Processing and Telecommunication Services Index
|
Issue Index |
Created on August 14, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|