SPECIAL NOTICE
A -- INTENT TO SOLE SOURCE ---- PROVIDE EXTENSIBLE COMMAND, CONTROL, COMMUNICATIONS, COMPUTER, AND INTELLIGENCE INSTRUMENTATION SYSTEM (ExCIS) HARDWARE AND SOFTWARE MAINTENANCE AND DEVELOPMENT/UPGRADE
- Notice Date
- 12/1/2014
- Notice Type
- Special Notice
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- MICC - Fort Hood, Directorate of Contracting, 761st Tank Battalion Avenue, Room W103, Fort Hood, TX 76544-5025
- ZIP Code
- 76544-5025
- Solicitation Number
- W9115114R0016
- Archive Date
- 12/1/2015
- Point of Contact
- Mark Ramey, (254) 287-5574
- E-Mail Address
-
MICC - Fort Hood
(mark.a.ramey10.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The Mission and Installation Contracting Command-Fort Hood (MICC-FH) intends to award a sole source Cost reimbursement type contract pursuant to 10 U.S.C. 2304 (C) (1), as implemented by 6.302-1 (Only one Responsible Source and No Other Supplies or Services Will Satisfy Agency Needs), to the Center For Agile Technology, The University of Texas at Austin (CAT UT), Austin, Texas, 78727, for continuing to support the Extensible Command, Control, Communications, Computer, and Intelligence Suite (ExCIS) software maintenance and development. The CAT UT will provide hardware and software maintenance and development for the ExCIS Fire Support Application (FSA) in support of United States Army Operational Test Commands (USAOTCs) operational testing requirements. The ExCIS FSA software is the instrumentation package used to simulate and stimulate current and future U.S. Army and U.S. Marine Corps field artillery (FA) and fire support (FS) systems using the legacy Field Artillery Tactical Data Systems (FATDS) and Advanced Field Artillery Tactical Data System (AFATDS) devices. The CAT UT is the sole developer and producer of the ExCIS FSA software and is the only known company capable of fulfilling the ExCIS FSA requirements. To award to any other source would most likely result in substantial duplication of costs to the Government that is not expected to be recovered through competition. The Period of Performance is a Base year plus four one-year options. The NAICS code is 541511 with a size standard of $25.5 million. 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 6.302-1. All responsible sources may submit a capability statement, which shall be considered by the agency, directly to the Contract Specialist, Mark Ramey, at mark.a.ramey10.civ@mail.mil, and the Contracting Officer, Belinda Woods, belinda.woods.civ@mail.mil, no later than 11:00 AM CST 16 December 2014. Submissions by other means will not be evaluated or considered. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed procurement based on the responses to this notice is solely within the discretion of the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/927aafa3992b02dd1ef512d3291ef34a)
- Record
- SN03584285-W 20141203/141201234338-927aafa3992b02dd1ef512d3291ef34a (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 |