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
MODIFICATION

R -- Comprehensive Cost and Requirement System

Notice Date
4/19/2016
 
Notice Type
Modification/Amendment
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-16-R-0192
 
Archive Date
4/2/2016
 
Point of Contact
Vincent Johnson, Phone: 7036015619, Krista N. Argabright, Phone: 7036074568
 
E-Mail Address
Vincent.Johnson@jsf.mil, krista.argabright@jsf.mil
(Vincent.Johnson@jsf.mil, krista.argabright@jsf.mil)
 
Small Business Set-Aside
N/A
 
Description
SYNOPSIS Comprehensive Cost and Requirement (CCaR) System In Support of F-35 Joint Program Office (JPO) The Naval Air Warfare Center Aircraft Division, Lakehurst, NJ intends to negotiate, and award a contract with Firm Fixed Price (FFP), Cost Plus Fixed Fee (CPFF), and Cost Reimbursement line items to Integrated Data Services (IDS), located at 2141 Rosecrans Ave, Suite 2050, El Segundo, CA Comprehensive Cost and Requirement System (CCaRS) functional, technical, and administrative support and training for the F-35 Joint Strike Fighter (JSF) Program Office. The period of performance on this procurement will be for a base of twelve (12) months and four (4), twelve (12) month option periods. The primary place of performance is Arlington, VA. This acquisition is being pursued on a sole source basis under the statutory authority of (See 10 U.S.C. 2304(d)(1)(B), as implemented by the Federal Acquisition Regulation (FAR) 6.302-1(a)(2)(iii)(B), in that the services are only available only from the original source. In this case the acquisition is for a follow-on contract for the continued provision of a highly specialized funds management database mandated by regulation. Since CCaRS is proprietary to IDS, if any other vendor was selected to provide these services it would cause a loose of access to CCaRS leading to unacceptable delays in fulfilling the agency's requirements, including an inability to approve USAF and Foreign Military Sales (FMS) funding for contracts that support the many functions of the F-35 JPO and the F-35 Lightning II aircraft and it's components. This sole source award is to allow the usage, access, training, and configuration of CCaRS required in order to facilitate approval of the funding required to keep all aspects of the F-35 JPO operational. Any gap would result in the F-35 Program Office being incapable of interfacing with USAF funding apparatus and thereby cease to transfer funding to or from the USAF, halting operations upon exhaustion of funds at a critical time where an inability to fund any of the numerous contracts could place the F-35 JPO in jeopardy of having a delay in the United States Air Force (USAF) Initial Operational Capability (IOC) declaration currently scheduled for August 1, 2016. A work stoppage on any of the many F-35 JPO contracts could cause catastrophic consequences, as there is a surge of activities that will take place from now until the USAF declares IOC. This critical milestone requires fully integrated, ramped up personnel to perform their day to day functions. Without access to CCaRS to approve funds, personnel would be incapable of functioning in their current capacity until USAF IOC declaration. This will lead to a significant delay in the schedule and results in loss of tactical aircraft available for combat missions globally. In addition to causing the USAF a delay in mission readiness, the interruption will would also result in millionsof dollars in overrun. There are several other production contracts that are all positioned to support USAF IOC and if that is delayed those contracts may no longer be viable. This constitutes as the official notice of availability of the solicitation IAW FAR 5.102. A separated notice of availability of the approved Justification and Approval for sole source acquisition will be made available on a separate posting IAW FAR 6.305(d). Electronic media responses to this announcement must be received no later than 12:00pm EST on 19 May 2016. Responses may be emailed to vincent.johnson@jsf.mil and krista.argabright@jsf.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-16-R-0192/listing.html)
 
Place of Performance
Address: 200 12th Street South, Alexandria, Virginia, 22202, United States
Zip Code: 22202
 
Record
SN04088152-W 20160421/160419234211-f46417950782193848e15c21132e4609 (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.