Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2011 FBO #3597
AWARD

R -- System Software Support for AN/USM-670 Core Test Set - Redacted J&A

Notice Date
9/28/2011
 
Notice Type
Award Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities, 235 Byron St,, Warner Robins, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
FA8519-11-R-31547
 
Archive Date
11/30/2011
 
Point of Contact
Nichole S. Hand, Phone: 4782221896, Mandy Mathews, Phone: 4782221878
 
E-Mail Address
nichole.hand@robins.af.mil, Mandy.Mathews@robins.af.mil
(nichole.hand@robins.af.mil, Mandy.Mathews@robins.af.mil)
 
Small Business Set-Aside
N/A
 
Award Number
FA8519-11-C-0013
 
Award Date
9/27/2011
 
Awardee
AAI Corporation
 
Award Amount
$3,368,031.00
 
Description
Redacted J&A This requirement is for specialized software maintenance engineering in support of the AN/USM-670 Joint Service Combat System Tester (JSECST). The JSECST consists of the Core Test Set (CTS) system, Test Program Set (TPS), TPS Antenna Coupler Sets (ACS), Test Program Interface Hardware (TPIH), and the Software Development Station (SDS). The primary purpose of this effort is engineering support of the JSECST for Core Test Set (CTS) software sustainment. This includes analysis, problem investigation, problem resolution, regression, validation, and integration testing. The secondary purpose is to support government engineering efforts during the various System Under Test (SUT) TPS updates with the emphasis of this secondary effort being to assist in the resolution of CTS software interaction conflicts. The software engineering services provided by the contractor shall be primarily accomplished at Robins AFB, GA. Some work may be accomplished at other locations on an as required basis. The effort is Cost Plus Fixed Fee, with a twelve (12) month basic year period and four (4) annual option periods. In accordance with FAR 6.302-1, this effort was awarded to AAI Corporation, who is the incumbent for the requirement, on 27 September 2011. AAI possesses unique capabilities and knowledge of the systems software architecture, as well as proprietary technical data that cannot be duplicated by another source. The Justification for the use of Other Than Full and Open Competition is attached to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8519-11-R-31547/listing.html)
 
Record
SN02596713-W 20110930/110929000646-04f01e409d39004769865547208702fd (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.