SPECIAL NOTICE
R -- Intent to Sole Source
- Notice Date
- 9/6/2022 5:42:37 AM
- Notice Type
- Special Notice
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- NATIONAL GEOSPATIAL-INTELLIGENCE AGENCY (NGA)
- ZIP Code
- 00000
- Response Due
- 9/21/2022 9:00:00 AM
- Point of Contact
- Jimmy Ober, Phone: 5715573405
- E-Mail Address
-
jimmy.c.ober@nga.mil
(jimmy.c.ober@nga.mil)
- Description
- (U) The proposed sole source contract extension is for one year to allow for the current performance to come to a logical transition period and for the solicitation and award of a new competitive contract. (U) This action is justified under FAR 6.302-1 - Only one responsible source and no other supplies or services will satisfy agency requirements. The present contractor, BAE, is the only vendor capable of continuing the highly specialized services required to develop and maintain the iSToRE program without incurring a break in service while the Government conducts a competitive acquisition for a follow-on contract (FAR 6.302-1(a)(2)(iii)(B) Unacceptable delays in fulfilling the agency�s requirements). �The Government requires additional time beyond the current period of performance to conduct a competitive follow on contract for the program. (U) The iSToRE contract was awarded in the fall of 2014 through a competitive source selection and included a base period (12 months) and seven (12 month) option periods. The current scope of the iSToRE contract consists of two elements: (1) integration and deployment of the contractor�s software application (known as iSToRE) and (2) O&M labor for configuration support. The iSToRE software licenses will be procured through the NGA Software Asset Management Office. The follow-on contract will consist of only the O&M support for maintaining the iSToRE program. (U) The highly specialized capabilities provided by BAE under the iSToRE program include: To perform Basic Cache Node (BCN) software enhancements at contractor facilities and services required to expand, sustain, and support deployment of the software baseline capabilities. Those services include: software baseline enhancements, CDRL development and delivery, test and evaluation, integration and deployment, operations and sustainment, security, program management and engineering, training, travel, and decommissioning.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b28331a008224d76ab5b6ff49a4dd845/view)
- Place of Performance
- Address: Springfield, VA 22150, USA
- Zip Code: 22150
- Country: USA
- Zip Code: 22150
- Record
- SN06453247-F 20220908/220906230112 (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 |