Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2016 FBO #5355
SOLICITATION NOTICE

D -- Maritime Tactical Command and Control (MTC2)

Notice Date
7/20/2016
 
Notice Type
Presolicitation
 
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
N00039-16-R-0007
 
Response Due
11/15/2016
 
Archive Date
12/15/2016
 
Point of Contact
Point of Contact - Rema Khalife, Contract Specialist, 858-537-8514; Kelly Smith, Contracting Officer, 619-524-7351
 
E-Mail Address
Contract Specialist
(rema.khalife@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Space and Naval Warfare Systems Command (SPAWAR), on behalf of the Program Executive Office (PEO) Command, Control, Communications, Computers and Intelligence (C4I) Command and Control Systems Program Office (PMW 150), intends to issue draft documentation ahead of the full and open competitive Request for Proposal (RFP) for the acquisition of Maritime Tactical Command & Control (MTC2) Builds 1 through 4. The required effort will include software development, design, integration, technical and engineering support, configuration management, testing, data management, program management, and logistics - all leading to the delivery of MTC2 Builds 1 through 4. MTC2 is the designated follow-on to Global Command & Control-Maritime (GCCS-M), and will extend Joint C2 (JC2) capabilities to the maritime environment and provide maritime- unique operational and tactical C2 capabilities ashore and afloat. The Government anticipates issuing an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with individual Delivery Orders (DO) for each of Build with CPIF CLINS, CPFF CLINS, and Cost-only CLINS. CPIF CLINS will be for software development and integration activities; CPFF CLINS will be for engineering services related to software maintenance; Cost-only CLINS will be for Other Direct Costs (ODC) such as material, software licenses, and travel as necessary. The period of performance is expected to be a two year base with one three year option. The Government intends to incrementally release draft documents relative to this future procurement. At this time, the Government is releasing for review/feedback the draft SOW(s), applicable technical documents/GFI, and software source code. These supporting artifacts can be found at https://nesi.spawar.navy.mil/projects/mtc2r1. Please see attached instructions to gain access to NESI. This notice is provided for information only, is not a Request for Proposal, and is not to be construed as a commitment by the Government to issue a contract. The Government will not pay for any effort expended in response to this notice. All questions/comments are to be submitted in writing to the Contract Specialist, Rema Khalife, SPAWAR Headquarters, at email address rema.khalife@navy.mil and Contracting Officer, Kelly Smith, SPAWAR Headquarters, at email address kelly.m.smith@navy.mil. Interested Offerors are encouraged to monitor the SPAWAR eCommerce and FedBizOpps websites for the anticipated release of this solicitation. **Note: Projected Bid/Proposal Due Date is notional and subject to change.**
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARHQ/N00039-16-R-0007/listing.html)
 
Record
SN04188971-W 20160722/160720234314-7fff4a2b3b3e77e9efab50ace48c9b32 (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.