Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 17, 2001 PSA #2917
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 15, 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
DASG60-01-0006
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 'Defense Systems Program', in support of the U.S. Navy , Naval Sea Command, Combat Direction Systems 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 det ermined that 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) support 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 Con trol Systems (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 approve d technology 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 basic. 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 o r services. However, 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 w hich the Government 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 distribu ted system is currently 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 wri tten narrative statement 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 demonstra te (1) a history of 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 documenta tion will be considered nonresponsive. The above stated information must be received no later than 15 days after publication of this synopsis, should cite number NAVSEA-DSP-01, and should be mailed to the U.S. Army Space and Missile Defense Command, 106 W ynn Drive, Huntsville, 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 d etermination 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 c onduct a competitive 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. 20010817/DSOL009.HTM (D-227 SN50V007)

D - Automatic Data Processing and Telecommunication Services Index  |  Issue Index |
Created on August 15, 2001 by Loren Data Corp. -- info@ld.com