Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2010 FBO #3162
MODIFICATION

70 -- JPEO-JTRS, Network Enterprise Domain (NED) Link 16 Waveform Software In-Service Support

Notice Date
7/20/2010
 
Notice Type
Modification/Amendment
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-10-R-0057
 
Response Due
7/23/2010
 
Archive Date
8/22/2010
 
Point of Contact
Point of Contact - John A McIvers, Contract Specialist, 619-553-3393; Sharon Pritchard, Contracting Officer, 619-553-4492
 
E-Mail Address
Contract Specialist
(john.mcivers@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This solicitation supercedes RFP N66001-09-R-0057. The Department of the Navy, Space and Naval Warfare Systems Center, Pacific on behalf of the Joint Program Executive Office (JPEO), Joint Tactical Radio System (JTRS) NED hereby issues a solicitation to provide software development, sustainment, maintenance, upgrades and enhancements for JTRS NED, Link 16 waveform. Applicable Documents: The applicable documents will be provided to each authorized offeror and their sub-contractors, if applicable. In order to receive a copy of the source code and applicable documents, offerors and their sub- contractors must be authorized to have access to the JTRS Link-16 artifacts. To obtain authorization, each offeror/sub-contractor must complete the form for Link-16 SwISS RFP access and sign a Link-16 SwISS proposal Non-Disclosure Agreement located at the JTRS Information Repository (IR) website, http://ir- public.jpeojtrs.mil/. Offerors are encouraged to request authorization to receive the JTRS Link-16 artifacts prior to release of the formal RFP. Those offerors that do not have a properly certified DD Form 2345 can start that process immediately by following the procedures documented at the IR Website. The artifacts will be provided on a CD to authorized offerors after the formal RFP is released. The CDs may be encrypted in order to protect the data. For encrypted CDs, the CD recipients will need to contact the Contract Specialist, john.mcivers@navy.mil, or PCO sharon.pritchard@navy.mil in order to receive the CD's password to decrypt the content. Access to the IR will only be granted to the successful offeror after contract award. Externally controlled reference documents, such as IEEE standards, are available at: http://ieeexplore.ieee.org/Xplore/dynhome.jsp. All recipients of the artifact CD must agree to return the CD as well as any/all copies of the Data contained on the CD in the offeror's possession either upon submission of a proposal or upon the corresponding RFP proposal submission deadline, whichever comes first. This agreement also pertains to recipients of the CD who decide to not submit a proposal for any reason. The estimated level of effort is 259,929 hours over the contract's expected five- year period of performance. An indefinite delivery, indefinite quantity contract with both cost-plus-fixed-fee and cost-plus-incentive-fee pricing arrangements is anticipated. The Government anticipates making a single award pursuant to the criteria in the RFP. This solicitation is not a follow-on to an existing contract. The solicitation and any subsequent amendments resulting from this announcement will be available to interested parties via the SPAWAR E- Commerce Central web site at https://e-commerce.spawar.navy.mil, under "Business Opportunities, SSC Pacific", "Open Solicitations." The solicitation will only be available electronically at this web site. Hard copies of the solicitation will not be available. It is the responsibility of interested parties to periodically monitor the SPAWAR E-Commerce page for updates and new listings.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARSYSCEN_San_Diego/N66001-10-R-0057/listing.html)
 
Record
SN02210758-W 20100722/100720234515-273ddc4032fdd62b4833cf95b7a27243 (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.