Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 19, 2020 SAM #6807
SPECIAL NOTICE

R -- JPESPROTESTBRIDGE

Notice Date
7/17/2020 8:35:48 AM
 
Notice Type
Special Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
DEFENSE INFORMATION SYSTEMS AGENCY FORT MEADE MD 207550549 USA
 
ZIP Code
207550549
 
Solicitation Number
622013339
 
Response Due
7/31/2020 9:00:00 AM
 
Archive Date
08/15/2020
 
Point of Contact
Veronica Peters, Phone: 3012254095
 
E-Mail Address
veronica.a.peters.civ@mail.mil
(veronica.a.peters.civ@mail.mil)
 
Description
The Defense Information Systems Agency (DISA)/Defense Information Technology Contracting Organization (DITCO), Fort Meade, Maryland intends to negotiate a sole source contract with Leidos Innovations Corporation 6909 Metro Park Drive Metro Park 8 Alexandria, VA 22310. This contract action will ensure continued support during the protest period of the follow-on contract.� The Joint Planning and Execution Services (JPES) Systems Engineering (SE) efforts actively provide systems engineering support with an emphasis on system administration, security engineering, and configuration management to sustain and maintain the existing JPES baselines that the Program Management Office (PMO) is required to keep in an operational state. The JPES baselines consist of the Joint Operations and Planning System (JOPES), Joint Capabilities Requirements Manager (JCRM), JPES Framework (JFW), and JPES capability. JOPES is the integrated Joint Command and Control system used to develop situational awareness and support military operations planning, execution, and monitoring activities for both conventional and nuclear situations (including theater-level nuclear and chemical defense plans). JCRM application provides the integration of complementary force assignments, apportionment, and allocation processes into a single Global Force Management process in support of the National Defense Strategy. JFW is composed of software �infrastructure� components that provide management, storage, and access to authoritative planning data.� Data objects are exposed through secure Simple Object Access Protocol based web services and synchronized with other planning databases and geographically distributed nodes.� JFW also includes a separate business rules engine and a workflow manager that supports Adaptive Planning & Execution processes. JPES enables DISA to transition from the current JOPES Information Technology System to a series of integrated capabilities that evolve current, disparate planning capabilities into a fully integrated, interoperable, and collaborative joint solution. JPES provides the Generic Schema, which allows external user to keep a local copy of Time-Phased Forced and Deployment Data, carrier, reference, and user permission data, and integrates with the JFW, which provides the back-end data store, attribute-based access control, and the services layer that will replace the infrastructure of the existing JOPES operational system.� The JPES PMO is specifically tasked with providing SE support for the Joint C2 portfolio of programs and projects within SD. The intent of this requirement is to procure specific services to implement and support a systems engineering and integration process for the development of C2 capabilities based on the Joint C2 Objective Architecture. Specifically, the following services are required: ������������ Developmental and Non-Developmental Engineering support needed to produce Joint C2 capabilities for the Services Development Directorate ������������ Joint C2 Systems Engineering Process support and analysis, configuration management policy and procedures, developmental and non-developmental configuration management, technical experiments and investigations ������������ Joint C2 developmental and non-developmental integration activities support ������������ Joint C2 Global Configuration Network (GCN) Enclave support for maintaining and sustaining all its supported This is not a request for competitive proposals. Requests for copies of this solicitation will not be honored unless the respondent provides evidence showing their capability to perform the required services. The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source pursuant with the only one awardee is capable of providing the supplies or services required at the level of quality required because the supplies or services ordered are unique or highly specialized justification in accordance with FAR 16.505(b)(2)(i)(B). A Justification and Approval (J&A) for sole source by the Government will be posted and made available no later than 14 days after contract award. For any questions regarding this requirement, contact the Contract Specialist, Veronica Peters at veronica.a.peters.civ@mail.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1394fe37926d4d0cb6903f186dc69126/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05724542-F 20200719/200717230135 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.