Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2016 FBO #5374
SOLICITATION NOTICE

D -- Software Engineering Center (SEC) Mission Equipment Branch (MEB) Software Engineering Support

Notice Date
8/8/2016
 
Notice Type
Presolicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W56JSR) Division E, 6001 COMBAT DRIVE, Aberdeen Proving Ground, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W56JSR-16-R-0015
 
Archive Date
9/21/2016
 
Point of Contact
Alan R. Underhill, Phone: 443-861-4858, James A. Mazurick, Phone: 443-861-4892
 
E-Mail Address
Alan.R.Underhill.civ@mail.mil, james.a.mazurick.civ@mail.mil
(Alan.R.Underhill.civ@mail.mil, james.a.mazurick.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Government anticipates soliciting and awarding an Indefinite-Delivery-Indefinite-Quantity (IDIQ) contract with a three (3) year ordering period as a 100% Small Business Set-Aside. This requirement will be publicized under solicitation number W56JSR-16-R-0015. The contract is anticipated to have an order ceiling estimated at $24 Million, for non-commercial/non-personnel/professional services in support of the Software Engineering Center (SEC) Mission Equipment Branch (MEB). Task Orders will be placed against the awarded IDIQ contract on a Cost-Plus-Fixed-Fee (CPFF) Term basis for labor services and Cost (no fee) for travel and other direct costs (ODCs). The requirement will be solicited and awarded under North American Industry Classification System (NAICS) code 541512 "Computer Systems Design and Related Service", which has a $27,500,000.00 small business size standard. The SEC MEB supports systems for aviation navigation, communications, ground support avionics, Command and Control, and tactical Air Traffic Control systems during their development and integration into weapon systems. In addition, SEC MEB is the lead Army Tri-Service organization for MIL-STD-1553 engineering, validation and test, and system integration support. The intended IDIQ contract will provide services to support SEC MEB in three primary categories: • Post Production/Post Deployment Software Support (PPSS/PDSS) of thirteen (13) Avionics Systems. This software maintenance support is essential in maintaining aircraft readiness. • System/Software Engineering and Integration : The SEC MEB provides system/software engineering support for avionics systems throughout their life cycle. Following development, the SEC MEB plays a role during the integration of these avionics systems into weapon/aircraft systems such as the Improved Cargo Helicopter (ICH), HH-60L (MEDEVAC), RC-12 Guardrail Common Sensor, OH-58D, AH-64A/D and SOA aircraft (MH-47E and MH-60L). • MIL-STD-1553 : MIL-STD-1553 sets the standards for a communication protocol used between avionics systems and the networks they communicate with. SEC MEB offers engineering experience and expertise on all aspects of MIL-STD-1553 matters, ranging from participating in the writing of MIL-STD-1553 requirements to providing avionics maintenance test systems. The Validation and Test Facility (VALFAC) is a test laboratory that provides independent MIL-STD-1553 Validation and Verification test services for DoD MIL-STD-1553 subsystems in accordance with Tri-Service test standards. Maintaining the accuracy of MIL-STD-1553 requirements and testing avionics systems for compliance with MIL-STD-1553 is necessary for ensuring interoperability between avionics systems. Government facilities will be provided for this effort at Aberdeen Proving Ground (APG), Maryland. The contractor who receives award of this requirement will utilize these facilities as the primary location for management, system, software engineering, and software maintenance work. The Government will provide on-site Contractor personnel with adequate workspace and equipment/material (to include desks, chairs, cabinet space, and telephones), and access to printers, FAX machine, scanners and photocopiers at the Government facility where the work will be performed for contractor use on a rent-free basis. Other performance associated with contractor office administration are allowed to work off-site. The requirement will necessitates travel to other Government installations within the Continental United States (CPONUS) to observe or conduct tests, ensure compatibility of configuration changes and other integration services, investigate and resolve network issues, and to furnish technical guidance and operational support as required. The contractor will be responsible for efficiently arranging all contractor personnel travel commensurate with mission requirements and good traffic management principles, and in accordance with the applicable C4ISR and local command policies as well at the Joint Travel Regulations (JTR) and AR 715-9. There will be no reimbursement for local travel within 50 miles in and around the place of performance. To be eligible for award of this requirement, a contractor must meet the following qualifications: • Have an active registration with the Government's System for Award Management (SAM) website at www.sam.gov, • Not be on the list of businesses excluded or barred from contracting with the Federal Government, as listed on the Excluded Parties Listing System (EPLS), • Not have an delinquent Federal debt, • Qualify as a small business concern under NAICS code 541512, and • Have a DCAA approved accounting system properly recording costs applicable to the resulting cost-reimbursement contract. DFARS Clause 252.242-7006, "Accounting System Administration", defines an acceptable accounting system and states "The Contractor shall establish and maintain an acceptable accounting system." If an interested party intends to submit a proposal for this requirement and does not have an approved accounting system in accordance with DFARS 242.75 and DFARS Clause 252.242-7006, the interested party should immediately contact their cognizant Defense Contract Management Agency (DCMA) and Defense Contract Accounting Agency (DCAA) offices to initiate review and approval of its accounting system. This synopsis is provided for informational purposes and is not to be considered a request for proposal (RFP). However, all qualifying responsible sources may submit a proposal, which shall be considered by the agency when the RFP is posted. Interested parties may submit questions or recommendations regarding this requirement to the Federal Business Opportunties (FBO) website where this synopsis is posted, or by emailing Contract Specialist Alan Underhill at Alan.R.Underhill.civ@mail.mil or the Contracting Officer James Mazurick at James.A.Mazurick.civ@mail.mil. The Government anticipates releasing the solicitation W56JSR-16-R-0015, on 29 August 2016*. The anticipated award date of the resulting contract is 05 December 2016*. *These dates are Government estimates and are not definitive. A pre-solicitation conference is not planned. Contracting Office Address: Army Contracting Command-Aberdeen Proving Ground (ACC-APG) 6001 Combat Drive, C4ISR Building 6001 Aberdeen Proving Ground, Maryland 21005-1846
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c07d4bffa43aca584b00ce6dbfe1baf4)
 
Place of Performance
Address: Communications-Electronics Command-Life Cycle Management Command (CECOM-LCMC), 6006 Combat Drive, Building 6006, Aberdeen Proving Ground, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN04213710-W 20160810/160808235151-c07d4bffa43aca584b00ce6dbfe1baf4 (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.