Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 26, 2018 FBO #5908
SOLICITATION NOTICE

T -- 3D Mapping Engine - SOW

Notice Date
1/24/2018
 
Notice Type
Presolicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W91215) FT EUSTIS - (SPS), LEE BLVD BLDG 401, Fort Eustis, Virginia, 23604-5577, United States
 
ZIP Code
23604-5577
 
Solicitation Number
W91215-18-R-0001
 
Point of Contact
Evelyn A Ligon-Moton, Phone: 7578780156, Hilda Fowler, Phone: 7578782559
 
E-Mail Address
evelyn.a.ligon-moton.civ@mail.mil, hilda.e.fowler.civ@mail.mil
(evelyn.a.ligon-moton.civ@mail.mil, hilda.e.fowler.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOW 3D Mapping J&A Statutory Authority: FAR 6.302-1(a)(2)(iii) - Only One Responsible Source Planned Contract Award Date: 26 March 2018 Planned Contract Award Number: W91215-18-D-0001 SYNOPSIS: The Army Contracting Command - Redstone (CCAM-RDI), Fort Eustis, VA, intends to award an Indefinite Delivery, Indefinite Quantity, firm fixed price and firm fixed price level of effort (IDIQ/FFP & FFP/LOE) type contract under the authority of FAR 6.302-1(a)(2)(iii), Only One Responsible Source, to Geoweb3d, Inc., 45 Lewis Street, Binghamton, NY 13901-3028, CAGE Code 5C4T9, for the follow-on Design, Development and Integration of the "Special Operations Mission Planning and Execution (SOMPE) eXecution Plan (XPlan) Next Generation Three-Dimension (3D) Mapping Engine" within the XPlan software suite and more specifically, within the Geographic engine of XPlan, which is called FalconView (FV). REASON AUTHORITY CITED Geoweb3d developed the only proven software 3D Engine to be embedded within the Execution Planning environment. Geoweb3d developed the 3D Engine at private expense and has no interest in selling the data rights to the software to the Government at this time and acquiring them would not be cost effective. The Government does not own sufficient rights to the data to allow open competition. There is no software that can satisfy the Government's need because it is the only proven 3D Engine to work within the XPlan environment. The personnel at Geoweb3d have all the technical expertise on the Geoweb3D software. In addition, award to another source would result in substantial duplication of cost to the Government that is not expected to be recovered through competition. The previous 3D Mapping Engine contract W91215-11-D-0005, was awarded to Geoweb3d on an other than full and open competitive basis under the authority of FAR 6.302-1(a)(2)(iii), Only One Responsible Source. There are no other known small disadvantaged businesses or large businesses that have the knowledge, expertise, or equipment to perform this work. The Contracting Office posted a Request for Information (RFI) to www.fbo.gov on 23 May 2017 in order to determine the possibility of competing the follow-on 3D Mapping Engine development effort. The RFI received no responses. Based upon the Government's experience with the results of the RFI the selection of another vendor would likely duplicate cost that is not likely to be recouped through competition and generate an unacceptable risk of meeting schedules for delivery of software improvements and updates to Special Operations Forces that are still engaged in overseas contingency operations and other National Command Authority directed missions. Additionally, the use of an alternate development code base could cause incompatibility issues with the existing software code. In addition to the aforementioned costs, Geoweb3d has developed several proprietary software tools at its expense to facilitate both software development and maintenance. These proprietary tools assist in data validation, and are used to validate software deliverables prior to delivery. The Government does not currently own these tools, and an estimated $15,000,000 would be required for another source to develop replacements for these tools, along with potential schedule delays. Geoweb3d has previously stated it will not provide these tools to the Government or another third party developer and maintainer. Additionally, the Government may be required to pay annual licensing fees. The test tools are the GeoWeb 3D Engine and the GeoWeb 3D SDK. In summary, the Government considered a competitive procurement, but based on the market research results, cost and schedule, this would not be in the Government's best interest. Geoweb3d's significant software development, testing and integration experience of the specific 3D Engine and XPlan models makes them the only source capable of supporting these efforts. The inevitability of competition injecting an estimated 16 - 22 month delay in acquiring software support services to develop enhancements and new modules, and to perform software maintenance on this legacy software product would place this program at a HIGH RISK without the probability of recouping the additional costs generated by using another source. Based on market research, it has been determined that an alternate vendor would not have the expertise to comprehend the software without a significant learning curve and access to Geoweb3d's proprietary software tools. This notice of intent is not a request for competitive proposals. The above information is the Government's rationale for intending to negotiate with only one source, Geoweb3d. Interested parties, however, may identify their interest and capability by responding to the requirement. The Government will consider all capability information received prior to the closing date of this synopsis. The capability statement must include a discussion on their capability to fulfill the requirement in accordance with the statement of work (Attachment 1. All capability statements should be submitted to the contracting office address. No phone inquiries will be entertained. Responses shall be made in writing by e-mail, U.S. mail to the attention of Evelyn Ligon-Moton using the contract information provided in this synopsis. Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this notice. NAICS is 541512 - Small Business Size Standard is 500 employees. PSC: T099 PHOTO/MAP/PRINT/PUBLICATION- OTHER All questions regarding this solicitation should be submitted to the Contract Specialist, Evelyn Ligon-Moton; evelyn.a.ligon-moton.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0eff95b11d0ec28a1f475288008fec23)
 
Place of Performance
Address: Contractor Facility, United States
 
Record
SN04797947-W 20180126/180124231039-0eff95b11d0ec28a1f475288008fec23 (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.