Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 16, 2003 FBO #0688
MODIFICATION

D -- SOLE SOURCE SOFTWARE SYSTEM DESIGN, DEVELOPMNT, ANALYSIS & MAINTENANCE SERVICES IN SUPPORT OF THE JOINT THEATER LEVEL SIMULATION SYSTEM OF THE JOINT WARFIGHTING CENTER OF THE U.S. JOINT FORCES COMMAND

Notice Date
10/14/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK DETACHMENT PHILADELPHIA, 700 Robbins Avenue, Building 2B, Philadelphia, PA, 19111-5083
 
ZIP Code
19111-5083
 
Solicitation Number
N00140-04-R-H008
 
Response Due
11/26/2003
 
Archive Date
12/11/2003
 
Point of Contact
William Woodring, Contract Negotiator, Phone 215-697-9644, Fax 215-697-5418,
 
E-Mail Address
william.a.woodring@navy.mil
 
Description
The Fleet and Industrial Supply Center (FISC) Norfolk, Detachment Philadelphia intends to acquire on an other than full and open competitive basis, software system design, development, analysis, and maintenance services in support of the Joint Theater Level Simulation (JTLS) system of the Joint Warfighting Center (JWFC) of the U. S. Joint Forces Command (USJFCOM), Suffolk, VA. The requirement is for twelve months of services, anticipated to commence 1 January 2004, with two option years. The mission of JWFC is to provide a training environment where Joint Task Force Commanders can learn to develop and implement joint force doctrine, tactics, and procedures in a realistic facility, using computer-simulated scenarios instead of actual troop deployment. JWFC supports Mission Integration and Rehearsals for assigned forces, where tactics and procedures are developed and practiced in the event of a real-world crisis. The requirements of this acquisition focus on the continued design, development, analysis, and maintenance of the JTLS system, as well as exercise database tests and technical support during exercise execution. The JTLS is an interactive, computer-assisted simulation system that models multi-sided air, ground, and naval combat, with the purpose of evaluating contingency operations plans to determine if such plans would in fact accomplish the mission envisioned by military and political planners and doctrinaires. The JTLS configuration is the only software system that meets the technological requirements of the Joint Training Program mission. The acquisition is being processed on the basis of Other than Full and Open Competition, sole source to Rolands & Associates Corporation, 500 Sloat Ave., Monterey, CA 93940-3535 under the statutory authority of 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1. Rolands & Associates Corporation is considered the only responsible source capable of providing the required support of the JTLS system, as this firm designed and developed the JTLS and has been the only source that has made continuous functional and system upgrades since system implementaion in 1983. Furthermore, as this acquisition requires the provision to the Government of any and all changes to system software modules, including source code, Rolands & Associates Corporation is considered the only responsible source capable of fulfilling the Government?s requirements. Consequently, Government-wide Numbered Note #22 applies to this procurement. All other responsible sources may submit concise documentation for consideration regarding their ability to provide the required services, as well as financial and technical information. However, this notice of intent is not a request for competitive proposals. A determination by the Government not to compete the proposed contract action based upon responses to this notice is solely within the discretion of the Government. Furthermore, no contract award will be made on the basis of information received in response to this notice and the Navy will not pay for any information provided. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Such information, if submitted, should be forwarded to FISC Norfolk Detachment Philadelphia, 700 Robbins Ave., Bldg. 2B, Philadelphia, PA 19111-5083, to the attention of W. A. Woodring, Code 02P22B, and reference Solicitation N00140-04-R-H008. If no affirmative written responses advantageous to the Navy are received within fifteen (15) calendar days from the publication of this notice, Rolands & Associates Corporation will be solicited, pursuant to FAR 12.203, to provide the required services. The placement of a Cost Plus Fixed Fee type contract is contemplated, with services performed at the contractor?s facilities and Government facilities located in Suffolk, VA. The applicable North American Industry Classification System (NAICS) code is 514210. If a competitive solicitation is issued, no additional synopsis will be published. Any such solicitation will be issued to the intended vendor and all firms that respond to this synopsis of intent or otherwise request a copy of the solicitation. A letter requesting a copy of the solicitation should be mailed to the above address or telefaxed to 215-697-9738, Attn: Bid Room, Code 02P52. Upon release, the solicitation will be available at the Navy Electronic Commerce Office (NECO) web address: http://neco.navy.mil.
 
Place of Performance
Address: SEE DESCRIPTION
 
Record
SN00452215-W 20031016/031014213302 (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.