Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 09, 2002 FBO #0038
MODIFICATION

A -- SEE CORRECTED RESPONSE DATE. FUNDS ARE NOT CURRENTLY AVAILABLE FOR THIS ACQUISITION. NO CONTRACT AWARD WILL BE MADE UNTIL APPROPRIATED FUNDS ARE MADE AVAILABLE

Notice Date
1/7/2002
 
Notice Type
Modification
 
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
DASG60-01-0014
 
Response Due
2/4/2002
 
Archive Date
3/6/2002
 
Point of Contact
Susan Rogers, 256-955-3439
 
E-Mail Address
Email your questions to US Army Space and Missile Defense Command, Deputy Commander
(susan.rogers@smdc.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA The U.S. Army Space and Missile Defense Command (USASMDC) intends to negotiate on a sole source basis with SY Technology, Inc., of Huntsville, Alabama for development, deployment, operation and sustainment of the Site Activation Command (SAC) Coordination Center (SAC-CC) in support of the Site Activation Command, Ground-Based Midcourse Defense (GMD)-Joint Program Office (JPO), Huntsville, AL. The proposed acquisition is directed to SY Technology, Inc., pursuant to 10 U.S.C. 2304(c)(1), as implemented by FA R 6.302-1(a)(2)(iii). The selection of SY Technology, Inc., Inc. is based on the prior work performed by SY Technology, Inc., including requirements identification and preliminary design, and software development. SY Technology, Inc, has developed an ext ensive knowledge base through a steep learning curve, and extensive interactions with the SAC. Any source other than SY Technology would result in substantial increase in schedule risk as well as duplication of cost to the Government that cannot be recove red through competition. It is highly improbable that other sources are available to duplicate the work already accomplished by the incumbent, to meet the Government's compressed activation schedule requirements and not disrupt current operations. A Cost Plus Fixed Fee, Award Term, Level of Effort type contract is contemplated. The period of performance will consist of a five-year base period plus five (5) one-year Award Term years. The services required to meet the needs of the GMD-JPO include the continuation of the design activities which will proceed into software coding, integration and system test activities adhering to both system engineering and security requirements as direct ed by the government. The contractor will complete the development of, and field, the site activation coordination center. The contractor will establish a design lab to serve as a development environment to support future software releases and to provide technical support to resolve field problems. Development activities will include systems engineering, configuration management, security engineering, test and evaluation, certification and accreditation. The Contractor shall travel as required to attend meetings, provide on-site support, and/or to interface with others to provide the above stated services. The North American Industrial Classification System (NAICS) is 54171 with a small business size standard of 1,000 employees. This action is not open to allied participation. Based upon market research, the Government is not using the policies contained i n Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government?s requirement with a commer cial item within fifteen (15) days of this notice. 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. Interested persons may identify their interes t and capability to respond to the requirement or submit proposals. This notice of intent to award a sole source contract is not a request for competitive proposals. However, all proposals received within forty-five (45) days after publication of this syn opsis will be considered by the Government. Interested parties are advised that the SAC-CC system is currently undergoing development and that system documentation is not currently available. In order to be considered responsive, the capability statement must demonstrate (1) a history of proven experience in developing, operating, maintaining, and modifying a government acquisition command and control system; (2) the ability to immediately assume the on-going project without disruption to current operatio ns, and (3) have a high probability of meeting the Government's compressed activation schedule. Submittals (respo nses) to this notice that do not include the required information/ documentation will be considered non-responsive. The above stated information must be received no later than forty-five (45) days after publication of this synopsis, should cite number DAS G60-01-0014, and should be mailed to the U.S. Army Space and Missile Defense Command, 106 Wynn Drive, Huntsville, AL 35805-1990. The Contract Specialist is Mr. Kenneth Bragg, SMDC-CM-CS, (256) 955-1693, or email: ken.bragg@smdc.army.mil. 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 comp etitive 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.
 
Web Link
Army Single Face to Industry
(http://acquisition.army.mil)
 
Place of Performance
Address: US Army Space and Missile Defense Command, Deputy Commander ATTN SMDC-CM-AP, P.O. Box 1500 Huntsville AL
Zip Code: 35807-3801
Country: US
 
Record
SN20020109/00012232-020108092525 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.