SPECIAL NOTICE
Q -- Medical Modeling and Simulation Training (MMAST) Support Services Contract - Notice of Intent
- Notice Date
- 8/13/2015
- Notice Type
- Special Notice
- NAICS
- 611710
— Educational Support Services
- Contracting Office
- ACC - Orlando,, 12350 Research Parkway, Orlando, FL 32826-3276
- ZIP Code
- 32826-3276
- Solicitation Number
- W900KKMMASTNOTICEOFINTENT
- Archive Date
- 8/12/2016
- Point of Contact
- Dan Veenstra, 407-208-3308
- E-Mail Address
-
ACC - Orlando
(dan.veenstra@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This synopsis publication satisfies the requirement at FAR Part 5.2 and constitutes the Government's Notice of Intent to award a sole source modification to Engineering & Computer Simulations, Inc. (ECS) 11825 High Tech Ave # 250, Orlando, FL 32817 under contract W900KK-14-C-0007. This contract was competitively awarded as a total small business set-aside (NAICS 611710), on 31 January 2014 to satisfy the requirements for the Medical Modeling and Simulation Training program. The modification will be accomplished per 10 U.S.C. 2304(c)(1), FAR 6.302-1(a)(2)(iii)-Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements. Army Contracting Command - Orlando (ACC - ORL), in coordination with the requiring activity, Program Executive Office Simulation, Training and Instrumentation (PEO-STRI), intends to modify contract W900KK-14-C-0007 with ECS on a sole source basis in support of the Medical Modeling and Simulation Training program. The modification is expected to increase the contract value approximately $10,800,000, from $28,808,185 to $39,608,185. This contract action is intended to incorporate required support services into the base year and four 1-year options. Performance is anticipated to start NLT 21 September 2015 and will continue through the completion of the contract, 8 November 2019. There will be no extension to this PoP and the Government fully anticipates re-competing the requirement at the completion of this contract. The required work to be performed is within scope of the contract, W900KK-14-C-0007, and includes the following: a.Program Execution and Oversight i.Program Management Office, Joint Base San Antonio- Randolph, Texas b.Curriculum Execution and Oversight i.Program Management Office, Joint Base San Antonio- Randolph, Texas ii.Naval Medical Center Portsmouth c.Simulation Operation i.Pope AFB, NC ii.Scott AFB, IL iii.Ramstein AFB, Germany iv.Kadena AFB, Japan v.Naval Medical Center Portsmouth vi.Naval Hospital Camp Lejeune vii.Naval Hospital Jacksonville viii.Naval Hospital Pensacola ix.Naval Medical Center San Diego x.Naval Hospital Camp Pendleton xi.Naval Hospital Bremerton xii.Surface Warfare Medical Institute xiii.Naval Expeditionary Medical Training Institute xiv.Naval Trauma Training Center-Los Angeles Any response to this notice must show clear and convincing evidence that competition of this action would not result in substantial duplication of cost to the Government for the start-up, hiring, training, execution and administration of the above support services over the estimated four-year, two-month period of performance associated with the remaining PoP for contract W900KK-14-C-0007. Interested and responsible sources may submit a capability statement, proposal, or quote, outlining pricing information, information showing how the government can recover the anticipated substantial duplication of costs through a competitive action, and demonstrating the ability to meet the Government's needs. The government will not be responsible for any costs incurred in preparation of any capabilities statements or documents prepared for this notice. Responses must be received no later than the 15th day after this notice is posted (28 August 2015). The above described capability statements, quotes, or proposals must be submitted via email to Dan Veenstra at daniel.l.veenstra.civ@mail.mil and Karen Sorapuru at Karen.m.sorapuru.civ@mail.mil. This synopsis is not considered a request for bid, quote, or proposal. No solicitation document is available and telephone requests for technical information will not be honored. No contract will be awarded on the basis of capability statements, quotes, or proposals received in response to this notice, but responses, if any, will be used to determine if a competitive action would eliminate any substantial duplication of costs.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8e277055fa717a755719ef90b4ce1d09)
- Record
- SN03837583-W 20150815/150813235628-8e277055fa717a755719ef90b4ce1d09 (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 |