AWARD
99 -- Weaponeering and Stores Planning (WASP) Legacy Software FMS Delivery Order
- Notice Date
- 8/4/2022 10:33:15 AM
- Notice Type
- Award Notice
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N00019-22-RFPREQ-WPM281-0123
- Archive Date
- 08/12/2022
- Point of Contact
- Allison Smith, Jacob Leitch
- E-Mail Address
-
allison.n.smith@navy.mil, jacob.leitch@navy.mil
(allison.n.smith@navy.mil, jacob.leitch@navy.mil)
- Award Number
- N00019-22-RFPREQ-WPM281-0123
- Award Date
- 07/28/2022
- Awardee
- DCS Corporation VA 22310-3273 USA
- Award Amount
- 570835.00
- Description
- THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE. The Naval Air Systems Command (NAVAIR), Patuxent River, MD announces its award� of a sole-source, Cost-Plus Fixed Fee (CPFF) delivery order under Basic Ordering Agreement (BOA) Contract N00019-20-G-0001 to DCS Corporation, hereafter referred to as the Contractor, for the effort described in the following paragraph. Under this delivery order, the Contractor will develop and deliver WASP version 5.1 for FMS counterparts. WASP is an automated weapon and store loading and delivery planning certified as a permanent flight clearance application that is necessary for the USN/USMC F/A-18 aircrafts to maintain currency. DCS is currently developing WASP version 5.1 for domestic. This contract is being pursued on a sole source basis under the statutory authority of 10 U.S.C. 2304 (c)(1) as implemented by Federal Acquisition Regulation (FAR) Subpart 6.302-1, only one responsible source and no other services will satisfy agency requirements. DCS Corporation has developed and delivered all WASP versions, both U.S. and FMS, in a component-based evolutionary acquisition.� DCS Corporation has generated extensive, applied, knowledge-based experience and proficiency with the WASP code, database tier design and structure of WASP applications used by the Fleet community.� Selection of a contractor other than DCS Corporation would result in substantial duplication of cost to the Government that is not expected to be recovered through competition, as well as unacceptable impacts to schedule and performance. No other source has the technical qualification and necessary resources to perform the work described herein, nor will any other supplies or services satisfy the Government's requirements. THIS NOTICE OF INTENT IS FOR INFORMATION PURPOSES ONLY. A determination by the Government not to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government. There are no commitments by the Government to issue any solicitations, make an award or awards, or to be responsible for any monies expended by any interested parties before award of a contract for the efforts mentioned above. Information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. No phone inquiries will be entertained.� Responses shall be made in writing by e-mail to the attention of Allison Smith at allison.n.smith.civ@us.navy.mil using the contract information provided in this synopsis. Companies interested in subcontracting opportunities should contact DCS directly.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/09134d1098ef4097a24c7ecd9e3ab614/view)
- Record
- SN06413918-F 20220806/220804230105 (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 |