MODIFICATION
A -- Joint Effects Model (JEM) Increment 2, Software Development, Intregation and Maintenance
- Notice Date
- 5/17/2012
- Notice Type
- Modification/Amendment
- 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
- N00039-12-R-0036
- Response Due
- 7/16/2012
- Archive Date
- 8/15/2012
- Point of Contact
- Point of Contact - Lindsay Taelman, Contract Specialist, 858-537-0313; Mark Schweer, Contracting Officer, 619-524-7165
- E-Mail Address
-
Contract Specialist
(lindsay.taelman@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- 17 May 2012 The RFP Attachment 4 - TDP ProjectForge Access Instructions has updated and re-posted below. In addition, Industry Questions and Answers received in response to the Draft RFP and PWS documents are provided below. The Government anticipates releasing the Final RFP in mid to late June 2012. ___________________________________________________________________________ The Department of the Navy, Space and Naval Warfare Systems Command (SPAWAR), Joint Program Management Office for Information Systems (JPMIS) is acquiring software development, integration and maintenance services for Joint Effects Model (JEM) Increment 2. The Joint Effects Model (JEM) is a web- based, software-only application that supplies the Department of Defense (DoD) with the single accredited and operationally tested tool to model and simulate the effects of Chemical, Biological, Radiological, and Nuclear (CBRN) weapon strikes and incidents. JEM combines the best components from existing CBRN Science and Technology (S&T) models into a single application. JEM provides rapid estimates of hazards and effects that can be integrated into the Common Operational Picture (COP). Additionally, JEM supports planning to mitigate the effects of Weapons of Mass Destruction (WMD). The Government anticipates issuing a "C-type" contract using full and open competition and best-value/trade-off source selection procedures. The period of performance is expected to be five years. Contract award is anticipated in 2Q FY13. An Industry Day / Pre-solicitation conference is scheduled for 21 March 2012. Detailed information regarding Industry Day for potential offerors, including RSVP instructions, is located in the attached draft RFP document, Section L, provision 5252.215-9201. Draft RFP documents are posted at the SPAWAR e-commerce website: https://e- commerce.sscno.nmci.navy.mil/command/02/acq/navhome.nsf/homepage? readform under the 'Headquarters' and 'Future Opportunities' tabs. There are additional documents, whose distribution is limited to U.S. DoD Contractors, posted at https://project.forge.mil. Instructions on how to access the documents on this website are included as Attachment 4 to the draft RFP.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARHQ/N00039-12-R-0036/listing.html)
- Record
- SN02750596-W 20120519/120517235732-410c82697b7077ae0f3f42447c500c4b (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 |