Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2006 FBO #1609
SPECIAL NOTICE

69 -- Warrior Reach & JDICE

Notice Date
4/21/2006
 
Notice Type
Special Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway Code 253, Orlando, FL, 32826-3224
 
ZIP Code
32826-3224
 
Solicitation Number
Reference-Number-0010174400
 
Response Due
5/15/2006
 
Archive Date
5/30/2006
 
Description
The Naval Air Warfare Center Training Systems Division, Orlando intends to negotiate on a sole source basis and award to CACI Inc.- Federal (CACI), 14151 Park Meadow Dr Chantilly , VA. 22556 a contract for procuring a functional, deployable capability to support USSOCOM Joint Task Force efforts in the Global War on Terror (GWOT). Specifically, USSOCOM requires the rapid fielding of a prototype WARRIOR REACH capability for operational assessment prior to follow-on procurement and fielding. WARRIOR REACH component technologies, to include the Joint Data Translator (JDT), are also necessary to support ongoing OSD Joint Test and Evaluation (JT&E) projects of high interest to USSOCOM. These JT&E projects include the Joint Datalink Information Combat Execution (JDICE). The anticipated date of award is 15 May 2006. The Period of Performance for this purchase shall be for a period of four (4) months after award. Contract shall be Time and Materials (T&M). This action will be negotiated on a sole source basis under the authority of FAR 6.302-1 (only one responsible source and no other supplies or services will satisfy agency requirements). CACI, Inc. ? FEDERAL, (hereafter called CACI) is the sole developer of the JDT software and is currently under contract to USSOCOM and Other Government Agencies (OGA) for JDT software development and integration. CACI personnel gained extensive experience and expertise during the development of JDT software for the Air Force Special Operations Command (AFSOC) Special Operations Forces Signals Training and Rehearsal System (SOFSTARS). The SOFSTARS architecture is the baseline for WARRIOR REACH development and is the other known similar architecture developed to support Special Operations requirements. CACI?s extensive expertise and knowledge of WARRIOR REACH components and their integration requirements, coupled with their prior SOFSTARS experience, uniquely qualifies for CACI for this task. As such, the JDT software development and testing time will be reduced and the software will be provided at an overall lower cost to the Government. CACI enjoys the full confidence of the HQ Air Force Air Intelligence Agency?s (AIA) Technical Lead for WARRIOR REACH. This confidence is derived from CACI?s past performance on SOFSTARS, as well as similar task for AIA and OGA. CACI fully understands the schedule criticality for the JDT development effort and can meet the government need. Therefore, CACI is considered the sole source possessing the expertise, internal technical data, equipment and experienced personnel necessary to successfully fulfill the government?s requirements within current budget and time constraint. A solicitation will be issued on or about 21 April 2006. This procurement will result in a T&M contract. See numbered note 22. A determination not to compete this proposed action is solely within the discretion of the governement. Note 22. The proposed contract action is for supplies or 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 interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with 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 competitive procurement.
 
Place of Performance
Address: 12350 Research Parkway, Orlando, FL
Zip Code: 32826
Country: U.S.A
 
Record
SN01032928-W 20060423/060421221234 (fbodaily.com)
 
Source
FedBizOpps 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.