Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2003 FBO #0629
SOLICITATION NOTICE

A -- MISSION PLANNING ENTERPRISE CONTRACT (MPEC)

Notice Date
8/18/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
ESC/AC, Battle Management C3 Capabilities System Program Office, 50 Griffiss Street, Hanscom AFB, MA 01731-1625
 
ZIP Code
01731-1625
 
Solicitation Number
F19628-03-R-0056
 
Response Due
11/16/2003
 
Archive Date
11/18/2003
 
Point of Contact
Ms. Barbara Lawrence, Contracting Officer, 781-281-8075, barbara.lawrence@hanscom.af.mil
 
E-Mail Address
Email your questions to Click Here to E-mail the POC
(barbara.lawrence@hanscom.af.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
NOTICE OF PROPOSED CONTRACT ACTION (NOPCA). THIS IS NOT A SOLICITATION. This NOPCA does not constitute a Request for Proposals (RFP) nor an Invitation for Bids (IFB). It does not restrict the Government as to the ultimate acquisition approach nor should it be construed as a commitment by the Government. Furthermore, offerors and potential offerors are reminded and cautioned that only Contracting Officers are legally authorized to commit the Government. The Government will neither award a contract solely on the basis of this notice, nor will it reimburse the contractor for costs, if any, associated with this NOPCA. This NOPCA serves to announce to potential offerors that the Mission Planning System Program Office, Electronic Systems Center, Hanscom AFB, MA 01731 intends to issue on or about 9 September 2003 a Request for Proposals (RFP) (RFP Number: F19628-03-R-0056) for the Mission Planning Enterprise Contract (MPEC). The Mission Planning System Program Office (SPO), Electronic Systems Center (ESC), Hanscom Air Force Base, MA 01731, along with its partner organizations intends to conduct a full and open competition utilizing FAR Part 15 and Best Value Evaluation criteria for the DoD Mission Planning Enterprise. The enterprise encompasses partnering organizations in the US Air Force, Navy, Army, and SOCOM. The scope of the potential contract includes future mission planning software development, maintenance, and integration potentially for the next 15 years. These efforts may include, but are not limited to: 1. Joint Mission Planning System (JMPS) Common Capabilities development, evolution, and maintenance; 2. JMPS Aircraft and Weapon Unique Planning Components (UPCs) development, evolution, and maintenance; 3. Evolution and maintenance of the JMPS framework; 4. Migration of aircraft and weapon platforms from legacy mission planning systems to JMPS; 5. Maintenance of legacy Mission Planning system software - core systems, installable software modules, and/or platform components; 6. Development and evolution of future mission planning systems; and 7. Performance of mission planning and related C4I trade studies and/or prototyping. The Government intends to award up to six (6) concurrent Indefinite Delivery/Indefinite Quantity (ID/IQ) contract awards. Depending on the number and quality of the responses to the RFP, the Government intends to award up to four (4) large businesses and up to two (2) small business contracts. The Government intends to award without discussion. This acquisition is anticipated to be solicited as a partial Small Business Set-Aside. (NAICS 541710 (Aircraft Systems Development)) All contractors (including small business contractors) need to perform the full breadth of work. Six (6) indefinite-delivery, indefinite-quantity, task/delivery order type contracts are under contemplation, with task/delivery orders issued as either completion or term form, to be determined prior to task/delivery order award. The Government intends to use multiple delivery order contract types under this effort including, but not limited to, cost-reimbursement, firm fixed-price, and time and materials. The period of performance is composed of a six (6) year base period and three (3), 3-year options to extend the term of the contract. The minimal order amount for each contract is anticipated at $250,000. The estimated ceiling, which can be utilized on the cumulative six awarded contracts, is $2,500,000,000. The tentative contract award date is 1 December 2003. The Government anticipates that four (4) delivery orders will be released at the same time as the basic RFP. The individual Request for Proposal Delivery Orders (RFPDOs) will provide, at a minimum, a statement of objectives, requirements documents and anticipated contract type. In order to satisfy minimum ordering requirements, the Government intends on awarding each winning contractor with one delivery order estimated to be at least $250,000.00 worth of meaningful work. The three (3) remaining delivery orders will be competed among the winning contractors and awarded in accordance with FAR 16.505(b), the fair opportunity process. A pre-proposal conference is anticipated approximately ten (10) days after release of the formal RFP. Information exchanges under MPEC and associated acquisition history of MPEC are posted to the ESC HANSCOM AFB, MA electronic bulletin board (https://herbb.hanscom.af.mil) and the Government Point of Entry (GPE), FedBizOps (http://www.fedbizopps.gov). Offerors and potential offerors shall monitor the GPE for future information exchanges and the anticipated RFP. The response time for proposals is anticipated to be not greater than thirty (30) days after issuance of the RFP. Firms responding to this request shall indicate whether they are a large business, small business or a small business teaming arrangement. For all contracting issues offerors may contact the Procuring Contracting Officer, Ms. Barbara Lawrence, (Barbara.Lawrence@hanscom.af.mil) ESC/ACK, 50 Griffiss Street, Hanscom AFB, MA 01731-1625. Alternate point of contact is Ms. Bonnie Murray, Contract Specialist, ESC/ACK 50 Griffiss Street, Hanscom AFB, MA 01731-1625 (Bonnie.Murray@hanscom.af.mil) See Note 26.
 
Web Link
ESC Business Opportunities Web Page
(http://www.herbb.hanscom.af.mil)
 
Place of Performance
Address: N/A
Zip Code: N/A
Country: N/A
 
Record
SN00404865-W 20030820/030818213534 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may 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.