Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 24, 2006 FBO #1824
SOLICITATION NOTICE

D -- GCCS-M and COE Software, Maintenance and Life Cycle Support

Notice Date
11/22/2006
 
Notice Type
Solicitation Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
4301 Pacific Highway Bldg OT4 Code 02, San Diego CA 92110-3127
 
ZIP Code
92110-3127
 
Solicitation Number
N00039-06-R-0100
 
Response Due
1/8/2007
 
Archive Date
2/7/2007
 
Small Business Set-Aside
N/A
 
Description
The Department of the Navy, Space and Naval Warfare Systems Command (SPAWAR) intends to award an extension to the Cost Plus Award Fee (CPAF) contract N00039-05-C-0013 to Northrop Grumman Mission Systems (NGMS), 12011 Sunset Hills Road, Reston, VA. from 31 January 2007 through 30 September 2008 (or until Full Rate Production approval for Increment 4.1, whichever occurs sooner). NGMS will provide the following services up to a Security Level of Top Secret within the Continental United States: 1) Software maintenance and life cycle support (including test support and integration) for the Global Command and Control System ??? Maritime (GCCS-M) Increment 4.0 and its Common Operating Environment (COE) products through January 2008. Software maintenance includes integration of software upgrades, updates, and preparation of associated documentation; 2) Software development of Increment 4.1 leading to successful completion of Acquisition Milestone Decisions to include Milestone C Approval (MS-C), planned in the 2nd quarter of 2007, Operational Test (OT) of Increment 4.1 in June 2008, and Full Rate Production (FRP) in September 2008. Past experience has identified that deficiencies recognized during OT will need to be corrected as a condition for full fielding approval. As the prime developer and integrator of the GCCS-M and the COE products evaluated in the OT, award of a development contract to an alternate vendor would result in an estimated schedule burden of up to one year in the full fielding of Increment 4.1; and 3) Activities performed shall also include reworking the current version of the Government off-the-shelf (GOTS) GCCS-M Increment 4.1 software to permit Government evaluation of reuse potential for Net-Enabled Command Capability (NECC) per the Net-Centric Enterprise Solutions for Interoperability (NESI) guidance, to include participation in pilots and exercises; this effort will not include development of additional functionality. Additionally, market research, in accordance with FAR Part 10, will be conducted for a competitive contract to run concurrent with the extension of N00039-05-C- 0013. The competitive contract anticipated award date is in FY2007 on or around 3rd quarter 2007. The scope of this competitive contract will include Navy GCCS Family of Systems (FoS) and Navy NECC architecture and design support of all GCCS-M Software Increments post 4.1 FRP, including software development, software and hardware integration, training and life-cycle support, testing, hardware procurement, and installation planning. It will also include training, maintenance and life cycle support, and installation support of all GCCS-M increments. While the Government welcomes responses and questions, the intent of this notice is not a request for competitive proposals or quotes. A determination by the Government not to compete the extension of N00039-05-C-0013 based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Authority for other than full and open competition is 10 U.S.C. 2304 (c)(1) and FAR 6.302-1, only one responsible source and no other suppliers or services will satisfy agency requirements. Award will be made in accordance with FAR Part 15, Contracting by Negotiation. Questions concerning this sole source contract may be directed to mary.ohara@navy.mil or cheryl.fisher@navy.mil. SET ASIDE: N/A PROPOSED DUE DATE 01/08/2007 See Note 22
 
Web Link
Click on this link to access the SPAWAR Solicitation Page
(https://e-commerce.spawar.navy.mil/Command/02/ACQ/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=F53699BD147F8ABA8825722F0002E3C4&editflag=0)
 
Place of Performance
Address: 9326 Spectrum Center Blvd San Diego, CA
Zip Code: 92123
Country: US
 
Record
SN01185895-W 20061124/061122220945 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.