Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 17, 2006 FBO #1817
MODIFICATION

58 -- NOTICE OF INTENT TO AWARD IBS MODIFICATION

Notice Date
11/15/2006
 
Notice Type
Modification
 
Contracting Office
950 ELSG/PK 11 Barksdale Street Bldg 1614 Hanscom AFB, MA
 
ZIP Code
00000
 
Solicitation Number
FA8707060001
 
Response Due
12/16/2006
 
Archive Date
1/15/2007
 
Point of Contact
Joseph Pianese, PCO, 781-266-1035
 
E-Mail Address
Email your questions to Click Here to E-mail the POC
(joseph.pianese@hanscom.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This announcement serves as notice to all potential offerors that the 950th Electronic Systems Group, Electronic Systems Center, Hanscom Air Force Base, MA intends to solicit and negotiate with L3-Titan of Reston, VA to modify the existing contract, F19628-01-C-0033, for Integrated Broadcast Service (IBS). This modification will provide more stringent IBS capabilities through additional spirals and will extend the period of performance two (2) years at an estimated cost of approximately $28M. The modification is part of the existing contractual effort to provide Near Real Time (NRT) high priority intelligence to tactical users in a common format. Justification for this contract modification is FAR 6.302-1. Only one responsible source and no other supplies or services will satisfy agency requirements. The software development effort is deemed to be available only from the original source. The period of time required to perform a source selection, the ramp-up time required for a new contractor to become familiar with the program, along with technical issues would cause unacceptable schedule delays in fulfilling the agency's requirements for meeting operational milestones. These circumstances would result in a substantial duplication of cost to the government that is not expected to be recovered through competition. The initial contract awarded in May 2001 was planned as a four (4) spiral development effort. Spiral 1 provided Initial Capability (IC), Spiral 2/2A delivered capability to three (3) sites and resulted in the declaration of Limited Operational Capability (LOC), and Spiral 3, currently in process, will deliver Common Message Format (CMF) capability, increase the number of User profiles, and assure delivery of Priority III messages. The modification will provide the more stringent capabilities in order to meet the updated User requirements. The modernization will significantly enhance the warfighter's ability to obtain/provide the most recent intelligence information at the right place and at the right time. The primary focus of the IBS effort is to: (1) add a new site; (2) increase the number of User profiles per domain, (3) increase message throughput, and (4) support the Net Centric environment with a publish-and-subscribe interface. Interested parties that believe they have the requisite capabilities to perform this effort shall submit no more than a 10 page white paper detailing their capabilities as a primary software developer in a spiral environment as well as any relevant past performance to the Contracting Officer within 10 days of this announcement. Your submittal shall include a transition plan as to how you will continue development of the existing IBS system architecture while delivering a Spiral 4 capability in the 4QFY09. The transition plan shall include mitigation plans for developing your software development laboratory (to include SIPRNET access), and a staffing plan to indicate their ability to provide 100 TS/SSBI cleared personnel upon contract award. Other important information: (a) Past experience in the spiral evolution development of software, software development in a net-centric environment, and why you believe your company is capable of performing as a Prime Contractor, (b) Demonstrate your understanding of the problems that the IBS Contract must address and what potential risks you foresee that would preclude successfully achieving the objectives set forth above and (c) Demonstrated capability in the development of software in a multi-level classified environment. Key competencies to be considered: systems engineering, program management, security management, logistics and test. Your submittal shall be on CD ROM in an MS Office compatible electronic format and on 8 ? x 11 paper with one-sided pages, 12 pitch font and one inch margins to be delivered to 950 ELSG/PK, Attn: Joseph Pianese, 11 Barksdale Street, Bldg 1614, Hanscom AFB, MA 01731 no later than 1400 local time. Respondents must specify whether they are a U.S. or foreign-owned firm. Contractors are reminded and cautioned that only Contracting Officers are legally authorized to commit the Government. Address all questions to the Contracting Officer, Joseph Pianese, 781-266-1035 or Mr. Richard Hartford, 781-266-1034. This synopsis is for information only, does not constitute an IFB or RFP, and is not to be construed as a commitment by the government. Please note: 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 6.302-1. 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 ten (10) days 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. 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
SN01181472-W 20061117/061115224431 (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.