Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2005 FBO #1251
SOURCES SOUGHT

D -- SDVOSB Sources Sought for Custom Computer Programming for Robotics

Notice Date
4/28/2005
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
 
ZIP Code
20899-3571
 
Solicitation Number
Reference-Number-05-823-2505
 
Response Due
5/6/2005
 
Archive Date
5/21/2005
 
Description
This is a notice of intent to award a sole source purchase order to Autonosoft, Inc. under the authority of the Veterans Benefits Act of 2003 (15 U. S. C. 657f) for the purchase of software development services for NIST in the area of robotics. This is a follow-on procurement to a purchase order previously competitively won by Autonosoft (formerly known as Intelligent Innovations, Inc.). Autonosoft is a service-disabled, veteran-owned small business, and NIST is not aware of any other service-disabled, veteran-owned small businesses with the required expertise in robotics that could satisfy NIST?s highly specialized robotics requirements. The NAICS code that will apply to this procurement is 541411, and the size standard is $21.0 million. This purchase order will build upon work that was completed by Autonosoft, Inc. (formerly known as Intelligent Innovations, Inc.) in the past year to link OTBSAF (OneSAF (One Semi-Automated Forces) Testbed Baseline) (the military?s standard combat simulator) and the NIST 4D/RCS architecture. A summary of the requirements of the new, follow on procurement to which this synopsis applies are as follows: [BEGINNING OF SUMMARY DESCRIPTION OF REQUIREMENTS] 1. Port of OTBSAF MOAST Enhancements to OTBSAF Version 2. The contractor shall port all software developed under NIST Purchase Order No. SB1341-03-W-1176 to OTBSAF Version 2 running on a Fedora Core 2 Linux system. This includes porting 20 libraries that have been created/modified under past efforts. The Government estimates, but does not guarantee, that approximately 192 Contractor labor hours may be required to complete this task. This task shall be completed no later than 10 weeks after purchase order acceptance. The deliverables for this task include source code for the modified libraries integrated into the OTBSAF Version 2 baseline release and monthly status reports. 2. Provide enhancements to existing NML-OTBSAF communications channels. Under this task, the Contractor must provide software maintenance and enhancements, as necessary, to NML-OTBSAF channels that have been developed under previous efforts. The Government estimates, but does not guarantee, that approximately 78 Contractor labor hours may be required to complete this task. This task shall be completed no later than 6 months after purchase order acceptance. The deliverables for this task include source code for the modified libraries integrated into the OTBSAF Version 2 baseline release and monthly status reports. 3. Enhance IED Behavior developed under NIST Purchase Order No. SB1341-03-W-1176 Under this task, the Contractor shall make the following enhancements to the IED behavior. 1) Provide a bug fix to cause the deletion of IEDs to function properly. 2) Develop a NML control channel for the control of the IED from an external process (i.e. detonation, neutralization, etc.). An externally controlled IED shall not explode by proximity. 3) Develop a NML configure channel for the addition and deletion of IEDs. The Government estimates, but does not guarantee, that approximately 96 Contractor labor hours may be required to complete this task. This task shall be completed no later than 12 weeks after purchase order acceptance. The deliverables for this task include source code for the modified libraries integrated into the OTBSAF Version 2 baseline release and monthly status reports. [END OF SUMMARY DESCRIPTION OF NEW REQUIREMENTS] If any other service-disabled, veteran-owned small businesses under NAICS 541511 have expertise and recent experience with OTBSAF and feel that they can otherwise satisfy the requirements noted above, then such company may submit a capability statement to Joseph.Widdup@nist.gov no later than Friday, May 6, 2005 that clearly and unequivocally demonstrates that the company has the required expertise and experience. The Government will only review capability statements of any companies that are service-disabled veteran-owned small businesses. If, after Government review of any submitted capability statements from service-disabled veteran-owned small businesses, the Government determines that there are additional service-disabled veteran-owned small businesses that have a realistic capability to satisfy the Government?s requirements, then the Government would convert this procurement to a competitive service-disabled veteran-owned small business set-aside; Otherwise, the Government will negotiate and award the purchase order to Autonosoft, Inc. on a sole source basis under the authority of the Veterans Benefits Act of 2003 (15 U. S. C. 657f). All interested service-disabled veteran-owned small businesses with requisite capabilities to perform the requirements noted above are encouraged to respond to this synopsis.
 
Record
SN00797235-W 20050430/050428211704 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.