Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 21, 2016 FBO #5263
SOURCES SOUGHT

14 -- JASSM Enterprise Management System (JEMS) 5.0

Notice Date
4/19/2016
 
Notice Type
Sources Sought
 
NAICS
336419 — Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/EBJK - Eglin, 205 West D Ave, Bldg 350, Ste 632, Eglin AFB, Florida, 32542, United States
 
ZIP Code
32542
 
Solicitation Number
FA8682-16-C-0091
 
Archive Date
5/18/2016
 
Point of Contact
Cynthia C. Smith, Phone: 85088835383, Darrell I. Coleman, Phone: 8508835264
 
E-Mail Address
cynthia.smith.19@us.af.mil, darrell.coleman.5@us.af.mil
(cynthia.smith.19@us.af.mil, darrell.coleman.5@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS FA8682-16-C-0091 Joint Air to Surface Standoff Missile (JASSM) Enterprise Management System (JEMS) 5.0 & Product Optimization This notice of contract action is for the procurement of the Joint Air-to-Surface Standoff Missiles (JASSM) Enterprise Management System (JEMS) and JASSM Production Support acquisition. The JASSM Program Office intends on awarding a sole source contract. This acquisition is contemplated as sole source under authority of FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements (10 USC 2304(c)(1)), to Lockheed Martin Mission Systems & Training (Valley Forge), 230 Mall Boulevard, King of Prussia, PA 19406. Specific requirements may include, but are not limited to: Applying knowledge of JASSM targeting, weaponeering and modeling processes and complete mastery of national technical means imagery and intelligence sources to the JASSM JEMS and JASSM Production software. Integration of the JASSM Terminal Area Model (TAM) tasking, production, and dissemination workflow management, local source data cataloging, Weaponeering Data Sheet automation, automated e-mail notification, TAM production status reporting, design and implementation for realignment of administrative functions, as well as mature JASSM targeting/data products and increase access to intelligence data sources. External data source interfacing, integrating Continuity of Operations (COOP), knowledge of JASSM weapon routing and route visualization are required. Support includes, but is not limited to, personnel who are in possession of, or are capable of, receiving Top Secret or higher security clearances, program management, software engineering, logistics, test, security and information assurance support. Software upgrades to support operational production, associated data, and any other supplies or services needed to sustain the program over the life of the system are required. Facilities, equipment, labor, software, and test equipment necessary to produce JASSM software which includes access to both Joint Worldwide Intelligence Communication System (JWICS) and Secure Internet Protocol Router Network (SIPR) are required. Sustainment activities include implementing Deficiency Report (DR) fixes and Enhancement Requests (ER) into the software, migration to new operating systems as needed, maintaining operationally realistic environment for testing, repair infrastructure; and any other supplies or services needed to sustain the program over the life of the system. The fulfillment of the supplies/services listed above requires substantial initial investment and an extended period of preparation for software design, engineering, and development. Delivery is anticipated approximately 12 months after contract award. All responsible sources may submit a capability statement not to exceed 10 pages which shall be considered by the Government. Any capability statement will need to demonstrate how the source can provide JEMS without substantial duplication of costs. Proposals are not being requested or accepted at this time. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation. Responses may be submitted electronically to the following e-mail address: cynthia.smith.19@us.af.mil. All correspondence sent via email shall contain a subject line that reads "FA8682-16-C-0091, JEMS 5.0." If this subject line is not included, the e-mail may not get through e-mail filters at Eglin AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachment. Attachments with files ending in.zip or.exe are not allowable and will be deleted. Ensure only.pdf,.doc,.docx,.xsls, or.xls documents are attached to your email. All other attachments may be deleted. RESPONSES ARE DUE NO LATER THAN 2:00 P.M. (CST) ON 03 MAY 2016. Direct all questions concerning this requirement to Cynthia C. Smith at cynthia.smith.19@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d1c4bd13126bdb0f182a0a8519092069)
 
Place of Performance
Address: 205 West D Avenue, Suite 632, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN04088047-W 20160421/160419234122-d1c4bd13126bdb0f182a0a8519092069 (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.