Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2013 FBO #4213
SOLICITATION NOTICE

15 -- VDOPS/VSS - Vector Doppler Scorer / Vector Scoring Services, Tyndall AFB, FL, Holloman AFB, NM, UTTR, UT

Notice Date
6/5/2013
 
Notice Type
Presolicitation
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
Department of the Air Force, Air Combat Command, AMIC CONTRACTING OFFICE, 11817 CANON BLVD, Suite 306, Newport News, Virginia, 23606-4516, United States
 
ZIP Code
23606-4516
 
Solicitation Number
FA4890-13-R-0002
 
Point of Contact
Carla Ashby, Phone: 7577649148, Roger J. McAughan, Phone: 7572256321
 
E-Mail Address
carla.ashby@langley.af.mil, roger.mcaughan@langley.af.mil
(carla.ashby@langley.af.mil, roger.mcaughan@langley.af.mil)
 
Small Business Set-Aside
N/A
 
Description
ACC AMIC intends to negotiate this acquisition on a sole source basis with Meggitt Defense Systems, Inc. (MDSI), 9801 Muirlands Blvd, Irvine, CA 92618-2521, in accordance with FAR 6.302-1, Only One Responsible Source and No Other Services will Satisfy Agency Requirements. MDSI is the only responsible source capable of providing vector doppler scoring (VDOPS) and vector scoring services (VSS) using MDSI-owned proprietary software currently installed on QF-4, QF-16, and BQM-167A drone aircraft. Interested parties may submit a capabilities statement which must include a certification that the cognizant party has the capability to perform VDOPS and VSS services and has access to MDSI-owned proprietary software. This presolicitation notice is not a request for competitive proposals. All capabilities statements received by the closing date of this presolicitation notice will be considered by the government. An interested party will be considered responsible if it can demonstrate that it has the capability to perform VDOPS and VSS services and has access to the MDSI-owned proprietary software required to perform VDOPS and VSS services under this acquisition upon its submission of its capabilities statement to ACC AMIC by the closing date of this presolicitation notice. The government reserves the right to independently verify with MDSI if an interested party does indeed have access to MDSI's proprietary software. If the government determines that an interested party does not have the capability to perform VDOPS and VSS services and does not have access to MDSI's proprietary software required to perform VDOPS and VSS services under this acquisition upon submission of its capabilities statement to ACC AMIC, then its capabilities statement will not be considered as a potential source for this acquisition. A capabilities statement offering only hardware without access to the proprietary software owned by MDSI required to perform VDOPS and VSS services under this acquisition upon submission of its capabilities statement by the closing date of this presolicitation notice to ACC AMIC will not be considered. All responses to this presolicitation notice must be received via email no later than 12 noon Eastern Daylight Time (EDT) on 20 June 2013. The subject line of the email must state: "_____ [insert company name] Capabilities Statement for Solicitation FA4890-13-R-0002." Capabilities statements must be received as an Adobe PDF attachment to the Contract Manager, Ms. Carla Ashby, email carla.ashby@langley.af.mil, and the Contracting Officer, Mr. Roger McAughan, email roger.mcaughan@langley.af.mil. No telephone calls will be accepted. Information received will be considered solely for the purpose of determining whether to conduct a competitive acquisition. The government is not liable for any costs associated with the preparation or delivery of information to the government regarding this presolicitation notice. A determination by the government not to compete this acquisition based on responses to this presolicitation notice is solely within the discretion of the government. The VDOPS/VSS programs provide logistic support for the VDOPS/VSS systems and VDOPS/VSS spares for use on Air Force subscale aerial targets (SSATs) BQM-167A drone aircraft and full-scale aerial targets (FSATs) (currently QF-4 drone aircraft, and transitioning to QF-16 drone aircraft), ground station units (GSUs), and test equipment. The firm fixed price (FFP) portion of the contract will provide program management, full-scale aerial target maintenance, subscale aerial target maintenance, and ground station units and support equipment. THe cost reimbursable (CR) portion of the contract will provide engineering support, ground station units and support equipment out-of-warranty maintenance and spares, equipment replacement, and travel. VDOPS/VSS are unique services with proprietary software in which MDSI is the sole owner of the software and all data rights. The VDOPS and VSS systems are the only missile vector doppler scoring and vector scoring systems capable of satisfying the Air Force's entire missile scoring requirements. MDSI is the only known source for the pre-installed VDOPS and VSS systems, components, and technical expertise. The detailed design and ground station software of the VDOPS and VSS systems are proprietary to MDSI. The government does not own any technical data rights to pursue a competitive acquisition for system hardware, software, or logistics support. VDOPS and VSS software are delivered pre-installed to the government on QF-4 drone aircraft and QF-16 drone aircraft (both FSATs), and BQM-167A drone aircraft (SSATs). The period of performance is as follows: Base Year: 1 Jan 2014 - 31 Dec 2014 1st Option Year: 1 Jan 2015 - 31 Dec 2015 2nd Option Year: 1 Jan 2016 - 31 Dec 2016 3rd Option Year: 1 Jan 2017 - 31 Dec 2017 4th Option Year: 1 Jan 2018 - 31 Dec 2018 Extension: 1 Jan 2019 - 30 Jun 2019 (if required)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/AACCONS/FA4890-13-R-0002/listing.html)
 
Place of Performance
Address: Tyndall AFB, FL; Holloman AFB, NM, UTTR, UT., Panama City, Florida, United States
 
Record
SN03081063-W 20130607/130606002157-5939d47e8bf7cdd4415dfa339eba1061 (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.