SOLICITATION NOTICE
R -- Web Based Application
- Notice Date
- 2/24/2004
- Notice Type
- Solicitation Notice
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Technical Applications Contracting Office (TAKO), ATTN: AMSAM-TASO-K Lee Boulevard, Building 401, Fort Eustis, VA, 23604-5577
- ZIP Code
- 23604-5577
- Solicitation Number
- H92241-04-Q-0011
- Response Due
- 2/27/2004
- Archive Date
- 3/13/2004
- Point of Contact
- Fred Bischoff, Contract Specialist, Phone 757-878-5223 X361, Fax 757-878-4199,
- E-Mail Address
-
mbischoff@tapo.eustis.army.mil
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. Solicitation H92241-04-Q-0011 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-20. This notice constitutes the only solicitation. A written solicitation will not be issued. The NAICS code is 541512 and the small business size standard is $21 million. This RFQ does not provide for full and open competition. Justification for Other than Full and Open Competition is FAR 6.302-1, 10 U.S.C. 2304(c)(1), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The intended source is Camber Corporation, Huntsville, AL. Camber Corporation currently provides technical and engineering support and this requirement is an inherent part of that technical support. Camber Corp. will automate many of the tasks that are currently manually performed. Performance Work Statement: The contractor shall design and develop a web based application in direct support of Technology Applications Program Office (TAPO) test, evaluation, and airworthiness efforts. The contractor shall automate many of the tasks the contractor is currently executing manually under the current TAPO engineering support contract. The contractor shall coordinate the design of an application that will facilitate the development and coordination of airworthiness requirements between TAPO, SIMO, AMCOM engineering, and the various support contractors; improve coordination between TAPO APMs and AED on fulfulling airworthiness requirements; track progress of test programs and staffing of test reports and data; establish and maintain a repository of test related documents and engineering data; facilitate the coordination of test assets, personnel, and support facilities; incorporate the TAPO Integrated Master Schedule; and provide an open architecture that will allow for expansion of the application; and other processes as assigned during the course of development. The contractor shall provide immediate experienced and web-based support to TAPO in the following areas: The Contractor shall provide competent and experienced people who will be responsible for creating, installing, configuring, and populating a military website for the TAPO, Fort Eustis, VA. The site will be configured to use 128-bit encryption, troubleshooting and resolving software, hardware, communications, and security aberrations on Solaris 2.5.1-7 and Windows NT 4.0 operating systems. Responsibilities include LAN and WAN installation, configure and build GCCS-A servers, and networking support infrastructure as well as maintenance and exercise support. Working knowledge of C2PC, Exchange 5.5 Administration and DMS Messaging required. Licensing will be obtained and a website domain and name established. A secure server using 128-bit encryption and a secure database will be established. Secure site login policy, processes, and procedures will be devised and implemented. Individual pages will be designed and programmed. At a minimum, pages will be in sections as follows: top level page for TAPO, SIMO, MH-47, MH-60, AH/MH-6. Appropriate sub pages will be defined by TAPO and SIMO. Pages will be designed and content added in such a manner as to facilitate commencement of Beta testing as early as possible in the development cycle. Period of performance will be 90 days from date of the award. FOB point is destination. Inspection and acceptance shall be at destination by the Government. This RFQ incorporates the following provisions and clauses: FAR 52.212-1, Instructions to Offerors -- Commercial; FAR 52.212-2, Evaluation ? Commercial Items; FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items; FAR 52.212-4, Contract Terms and Conditions; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders; DFARS 252-212-7000 Offeror Representation and Certifications ? Commercial Items; and DFARS 252-212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items. Any award resulting from this RFQ will be issued on a SF 1449 and will incorporate all clauses required by law, the FAR, and the DFARS as appropriate. All interested parties may identify their capability to respond to this requirement or submit a quotation; however the Government intends to solicit and negotiate with only one source per FAR 6.302-1. Proposals must be delivered to U.S. Special Operations Command, Technology Applications Contracting Office, Attn.: AMSAT-D-TK, 401 Lee Blvd., Fort Eustis, VA 23604-5577, no later than 4:00 PM local time on 27 Feb 2004. Contact Fred Bischoff, (757) 878-3299x361, fax (757) 878-4199. Note 22 applies.
- Record
- SN00529860-W 20040226/040225084040 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |