Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 21, 2016 FBO #5203
SPECIAL NOTICE

R -- Tactical Systems Emulator

Notice Date
2/19/2016
 
Notice Type
Special Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Air Force, AMIC DET 2, AMIC DET 2/PK, 102 Hall Blvd, Ste 258, Lackland AFB, Texas, 78243, United States
 
ZIP Code
78243
 
Solicitation Number
FA7037-16-R-0003
 
Archive Date
3/15/2016
 
Point of Contact
Teresa Joyce Herrera, Phone: 977-6184, Michael R Herrera, Phone: 210-977-6367
 
E-Mail Address
teresa.herrera.3@us.af.mil, michael.herrera.19@us.af.mil
(teresa.herrera.3@us.af.mil, michael.herrera.19@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT : The 25 th Air Force / National Intelligence Coordination Cell (NICC) Directorate, Lackland Air Force Base, Texas, Contracting Office, AMIC DET 2 / PK (Lackland AFB TX) intends to solicit and negotiate with one source, Sierra Nevada Corporation (SNC). The statutory authority for this acquisition is 10 U.S.C 2304(c)(1) as implemented by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. In accordance with FAR 6.302-1 (b)(1)(ii), only one source is available for this acquisition for support of non-personal services for development and sustainment of the Tactical Systems Emulator (TSE). Evaluation of the contractor's unique capability and acquisition history concluded that the highly specialized effort required is available from only one source. The services to be acquired under this contract are for: engineering, software development, procurement of parts and equipment, fabrication, modification, installation, test, data, and operation of the Tactical Systems Emulation (TSE). The initial effort supports Phase 4 development to deliver new classroom hardware, fully integrating the TSE software with AFSOC TSO simulators, deliver a distributed access server and infrastructure for housing of scripted scenarios, Mode 5 and FMV training capability to existing TSE systems, and sustain all previously delivered capabilities. Appropriate Interface Control Documents, User's Manuals, and Information Assurance Security Accreditation support for software release and classroom installations will be provided. Services will be contracted by Task Orders (TO) issued by the Contracting Officer. Development work will be accomplished at the SNC site in Denver CO with sustainment support of all currently delivered TSE systems at Beale AFB, CA, Ft. Bragg, NC, Hurlburt, AFB, FL, and Cannon AFB, NM. Other DoD locations will be added if and when they are identified. SNC is sole proprietor of the source code and is the only vendor that holds current NSA Audit and Training Agency clearances and authorizations supporting TSE development and sustainment. SNC is the only contractor that has a tie to AFSOC Aircraft and Mission Simulator development supported by the TSE. SNC also has agreements in place with the NSA aligned agencies supporting Airborne Cryptologic Terminal Guidance training. SNC, as part of the development, is required to fly on classified aircraft and receive specific classified training in order to further develop and support TSE. SNC developed the TSE and owns all the software code; they are the only contractor cleared to further develop these capabilities. SNC developed and sustains existing AFSOC Mission Simulators supported by Tactical Systems Emulator (TSE) software and also developed the Full Motion Video platforms that will be linked into the TSE in the next phase of development. The applicable North American Industry Classification System Code (NAICS) is 541512 - with a size standard in dollars of $27.5M. No solicitation document exists at this time. The clause at Air Force Federal Acquisition Regulation (AFFARS) 5352.201-9101, Ombudsman, is applicable to this request and states as follows: (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses of Center/MAJCOM/DRU/HQ AFICA/AFRCO/SMC ombudsman/ombudsmen]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. It has been determined that Sierra Nevada Corporation is the only responsible source capable of providing this service. No solicitation package will be issued. This notice of intent is not a request for competitive proposals; however, interested parties may identify their interest and capability to respond to this requirement within ten (10) days of the issuance of this notice. AMIC DET 2 /PK (Lackland AFB TX) will consider responses received by 12:00 P.M., EST on 29 Feb 2016. Inquiries will only be accepted via email to Ms. Teresa J. Herrera at teresa.herrera.3@us.af.mil, and Mr. Mike Herrera at michael.herrera.19@us.af.mil. No telephone requests will be honored. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. No RFP will be issued based upon this Notice of Intent. Contracting Office Address: AMIC DET 2 /PK (Lackland AFB TX) 102 Hall Blvd. Ste 268 San Antonio, TX 78243 United States Place of Performance: Beale AFB, CA Ft. Bragg, NC Hurlburt AFB, FL Cannon AFB, NM United States Primary Point of Contact: Teresa J. Herrera Contracting Officer teresa.herrera.3@us.af.mil Phone : 210-977-6184 Secondary Point of Contact: Mike Herrera, Contract Specialist michael.herrera.19@us.af.mil Phone : 210-977-6367
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c1ae59113e4e49d86f15be4c3f6a4f4b)
 
Place of Performance
Address: Beale AFB, CA, Ft. Bragg, NC, Hurlburt AFB, FL, Cannon AFB, NM, United States, United States
 
Record
SN04025057-W 20160221/160219234317-c1ae59113e4e49d86f15be4c3f6a4f4b (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.