Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 16, 2001 PSA #2916
SOLICITATIONS

D -- DISTRIBUTED SYSTEMS DEVELOPMENT (DSD) FUNDS ARE NOT CURRENTLY AVAILABLE FOR THIS ACQUISITION. NO CONTRACT AWARD WILL BE MADE UNTIL APPROPRIATED FUNDS ARE MADE AVAILABLE.

Notice Date
August 14, 2001
Contracting Office
US Army Space and Missile Defense Command, Deputy Commander, ATTN SMDC-CM-AP, P.O. Box 1500, Huntsville, AL 35807-3801
ZIP Code
35807-3801
Solicitation Number
DASG60-01-R-00NA
Response Due
August 29, 2001
Point of Contact
Susan Rogers, 256-955-3439
E-Mail Address
US Army Space and Missile Defense Command, Deputy (susan.rogers@smdc.army.mil)
Description
The U.S. Army Space and Missile Defense Command (USASMDC) intends to negotiate on a sole source basis with ACS Systems & Engineering Incorporated (ACS) of Virginia Beach, VA for Distributed Systems Development in support of the Program Executive Office-St andard Army Management Information System (PEO-STAMIS) and the U.S. Navy, Naval Sea Systems Command, Combat Direction System Activity, Dam Neck, VA. The proposed acquisition is directed to ACS pursuant to 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302- 1(a)(2)(iii). These efforts build on the prior work of ACS and it has been determined that award to any other source would result in substantial duplication of cost to the Government not expected to be recovered through competition. This effort shall req uire software, hardware, network engineering and technical support, for all facets of system life cycle development and support for those agencies requiring turnkey or collaborative technology refreshment, obsolescence management, new development, reverse engineering and production services. Since start-up, this work has been performed using the GSA-FAST (Federal Acquisition Services for Technology) Program. A Time-and-Materials/Firm-Fixed-Price Labor Category type contract is contemplated. The period of performance will be a three-year basic. The services required to meet the needs of the Program Executive Official and Program Managers include a broad range of technical and analytical activities. The effort will include Project Planning/Program Management, Technology Insertion/Modernization, C OTS Integration, Reverse Engineering/Re-engineering, Performance Assessments, Design, Development, Deployment, and maintenance of Automated Information Management Systems, Distance Learning Programs, Distributed Tactical Systems and Complex Network Archite ctures. The contractor shall provide software, hardware, network engineering and technical support to NAVSEA and its customer base for Life Cycle Support initiatives related to all facets of distributed systems utilized for training, automated information systems, network based tactical systems, and complex networks. Support shall be provided for system performance analysis, rapid prototype development, operation, maintenance, testing, training, validation of proposed system upgrades, and implementation o f approved technology projects. The contractor shall provide support in the areas of (1) Project Planning and Program Management; (2) Technology Insertion/Modernization; (3) Commercial Off-The-Shelf (COTS) Integration; (4) Reverse Engineering/Re-engineering; (5) Performance Management As sessments; (6) Design, develop, deploy, and maintain automated management information systems, distributed training/learning/transportation systems and facilities, and other information based technology systems; (7) Design, develop, deploy, and test system prototypes; (8) Software reengineering, maintenance, and development services; (9) Systems installation, development and maintenance. The contractor shall provide services and materials to conduct the following efforts in support of Life Cycle Development and Support initiatives by authorized government agencies: (1) Equipment and System Checkout and Testing; (2) Equipment and System mo difications/upgrades; (3) Equipment and System modernization and technology refreshment: (a) Reverse Engineering and hardware design; (b) Re-engineering and hardware design; (c) COTS integration; (d) Production manufacturing; (e) Software development and v ersion upgrades; (4) Equipment and System performance management: (a) Development of hardware support strategies; (b) 'Lifetime Buy' acquisition strategies; (c) Hardware production agreement brokering; (d) Establishment of software support strategies; (5) Equipment and System installation services; (6) Equipment and System operation and maintenance training: (a) Development of operation and maintenance manuals; (b) Development of computer-based traini ng and maintenance syllabi Development of Training materials; (c) Development of Web-based information delivery systems; (7) Documentation development. The contractor shall have and demonstrate expertise in all of the above areas, in addition to the following: (1) Extensive working knowledge of distributed/network based systems, automated transportation management and distance learning technologies; (2) Extensive working knowledge of global networking systems operation and maintenance; (3) Extensive working know ledge and experience in enterprise management systems, security engineering and help desk operations; (4) Extensive experience and capabilities for establishing digital training facilities, R&D lab facilities, telecommunications infrastructure installation , material shipping and transportation, and global staffing; (5) Extensive software engineering expertise demonstrated by a current SEI Level III rating. The Contractor shall travel as required to attend meetings, provide on-site support, or to interface with others to provide the above stated services. The North American Industrial Classification System (NAICS) is 541512 with a small business size standard of $18M. This action is not open to allied participation. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government s requirement with a commercial item within 15 days of this notice. The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. This notice of intent to award a sole source contract is not a re quest for competitive proposals. Interested parties are advised that the distributed system is currently undergoing development and that system documentation is not currently available. Interested parties who believe they can perform this requirement wit hout substantial duplication of cost to the Government are invited to submit a written narrative statement of capability, including detailed technical information sufficient to permit agency analysis in order to determine bona fide capability to meet the G overnment s requirements. In order to be responsive, the statement must demonstrate (1) a history of proven experience in developing, operating, maintaining, and modifying a distributed systems; (2) the ability to immediately assume the on-going project w ithout disruption to current operations. Responses without the required documentation will be considered nonresponsive. The above stated information must be received no later than 15 days after publication of this synopsis, should cite number NAVSEA-DSD- 01, and should be mailed to the U.S. Army Space and Missile Defense Command, 106 Wynn Drive, Huntsville, AL 35805-1990. Contract Specialist is Mr. Billy Lemley, SMDC-CM-CS, (256)955-4985, or e-mail billy.lemley@smdc.army.mil. Contracting Officer is Ms. S usan Rogers, SMDC-CM-CS, (256)955-3439, or email: susan.rogers@smdc.army.mil. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information recei ved will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. All responsible sources may submit an offer which will be considered. This is NOT a formal notice of solicitation. Telephone or facsimile inquires and/or responses will not be accepted. See Notes 22 and 26.
Web Link
Army Single Face to Industry (http://acquisition.army.mil)
Record
Loren Data Corp. 20010816/DSOL010.HTM (D-226 SN50U9O9)

D - Automatic Data Processing and Telecommunication Services Index  |  Issue Index |
Created on August 14, 2001 by Loren Data Corp. -- info@ld.com