SOLICITATION NOTICE
A -- Synopsis For Battle Command (BC) Development Effort
- Notice Date
- 4/7/2008
- Notice Type
- Presolicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
- ZIP Code
- 07703-5008
- Solicitation Number
- W15P7T08RN201
- Response Due
- 6/6/2008 5:00:00 PM
- Archive Date
- 8/5/2008
- Point of Contact
- Allison Ross, 732-532-2205
- Description
- The United States Army CECOM LCMC intends to enter into up to ten (10) five (5) year Indefinite Delivery, Indefinite Quantity (IDIQ) contract(s) to provide Battle Command product and service oriented software development and NECC integration supportacross the family of Battle Command products. The family of Battle Command products included in this development effort consist of: the Global Command and Control System Army (GCCS-A), the emerging contributions to the Network Enabled Command Capability (NECC), Advanced Field Artillery Tactical Data Systems (AFATDS), Pocket Sized Forward Entry Device (PFED), Command Post of the Future (CPOF), Lightweight Forward Entry Device (LFED), Centaur, Gun Display Unit Replacement (GDU-R), the Battle Command Sustainment Support System (BCS3), Common Software (CS) services, the Battle Command Common Services (BCCS), Maneuver Control System (MCS), Advanced Field Artillery Tactical Data Systems (AFATDS), Joint Automated Deep Operations Coordination System (JADOCS), and generic services within the Battle Command domain. The contract(s) will include provisions for Cost Plus Award Fee (CPAF), Cost Plus Incentive Fee (CPIF), Cost Plus Fixed Fee (CPFF), Firm Fixed Price (FFP) and Time and Materials (T&M) support. This procurement will be awarded using full and open competition with two (2) awards reserved for small business. The small business size standard is $23M. The guaranteed minimum for each contract awarded under this solicitation is anticipated to be $25,000.00. There is no assurance that any orders will be awarded after all minimums are satisfied. The total program ceiling will be $777.4M. All responsible sources may submit a proposal which shall be considered by the agency. Contract award(s) will be made to offeror(s) whose proposals are determined to be the most beneficial to the Government. The solicitation will not be posted to the Federal Business Opportunities Page. The solicitation, as well as any future information pertaining to this effort, will be posted to the Interactive Business Opportunities Page (IBOP) https://abop.monmouth.army.mil/ Once registered for the IBOP, interested parties can access all information pertaining to this effort, including all pre-solicitation information currently posted to the website, by selecting CECOM-2008 from the Army Pre-Award drop down menu and then selecting Solicitation folder W15P7T-08-R-N201. Potential offerors may sign up for the solicitation specific mailing list on the IBOP website, so that automatic notification will be made if any changes occur to the posting. Please see Note 26.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=22a29dd8b7b6c63e3c1c927ed06e5b0d&tab=core&_cview=1)
- Place of Performance
- Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
- Zip Code: 07703-5008
- Zip Code: 07703-5008
- Record
- SN01549005-W 20080409/080407220912-22a29dd8b7b6c63e3c1c927ed06e5b0d (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 |