Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 06, 2016 FBO #5431
SPECIAL NOTICE

69 -- Joint Deployment Logistics Model License Agreement

Notice Date
10/4/2016
 
Notice Type
Special Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - Orlando (W900KK), 12211 Science Drive, Orlando, Florida, 32826-3224, United States
 
ZIP Code
32826-3224
 
Solicitation Number
W900KK-16-R-0081
 
Archive Date
11/1/2016
 
Point of Contact
David Hagler, Phone: 4072083164, Dunamis T. Triska, Phone: 4072085862
 
E-Mail Address
david.a.hagler.civ@mail.mil, dunamis.t.triska.civ@mail.mil
(david.a.hagler.civ@mail.mil, dunamis.t.triska.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTICE OF INTENT TO AWARD - SOLE SOURCE PROCUREMENT NAICS: 511210 PROGRAM DESCRIPTION: The Project Manager Integrated Training Environment (PM ITE), the Joint Land Component Constructive Training Capability (JLCCTC) program has a requirement for use of Joint Deployment Logistics Model (JDLM) for the United States Army and other organizations within the United States Government. The JDLM is the logistics component of the JLCCTC program which trains Army Commanders and their staffs. As a result of this procurement, the Government intends to have the following requirements fulfilled: - JDLM licensing agreement to include an unlimited use of the proprietary software kernel. - Standard JDLM proprietary kernel maintenance. ACQUISITION APPROACH: The Government anticipates awarding a firm-fixed-Price (FFP) contract to Tapestry Solutions, Inc. Tapestry Solutions, Inc. maintains proprietary rights to a software kernel that is the basis for the JDLM which is used to provide detailed logistics modeling to the JLCCTC. The kernel is the main component of most computer operating systems; it is a bridge between applications and the actual data processing done at the hardware level. The kernel's responsibilities include managing the system's resources (the communication between hardware and software components). This contract will be issued on a sole source basis in accordance with FAR 6.302-1. ESTIMATED ACQUISITION DOLLAR VALUE: Approximately $377k per year, $2.0 M total. PERIOD OF PERFORMANCE/DELIVERY: The Period of Performance for this effort is five years and will include a one-year base award and four one-year options. RESPONSES REQUESTED: Contractors who can provide PM ITE with the ability to meet the requirement to provide JDLM license for use of the proprietary software kernel for the purpose of JDLM use, shall submit an affirmative, written response, not to exceed 5 pages, indicating their ability to meet the specific requirements outlined above. Responses should appear on company letterhead. All responses should include a point of contact, telephone number and an e-mail address. Additionally, respondents should indicate- (1) whether the respondent is a large business, small business, small disadvantaged business, 8(a) concern, women-owned small business, HUBZone, service disabled veteran-owned small business, or qualify as socially or economically disadvantaged and (2) whether the respondent is U.S. or foreign-owned. Please submit responses by e-mail to the primary point of contact listed no later than 4:00 p.m. EST in Orlando, Florida, on October 17, 2016. DISCLAIMER: This notice does not constitute an Invitation for Bids (IFB) or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products. Any response to this notice is not an offer and cannot be accepted by the Government to form a binding contract. No funds are available to pay for preparation of responses to this notification. The Government will use any information received by the closing date of this notice to determine whether other sources are available and capable to satisfy this requirement. Primary Point of Contact: David Hagler david.a.hagler.civ@mail.mil Phone: 4072083164 Secondary Point of Contact: Dunamis T. Triska, Contracting Officer dunamis.t.triska.civ@mail.mil Phone: 4072085862
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5f91e6349a3ed22120055324e82c6f9a)
 
Place of Performance
Address: Contracting Office Address:, 12211 Science Drive, Orlando, Florida 32826-3224, United States, Orlando, Florida, 32826, United States
Zip Code: 32826
 
Record
SN04297809-W 20161006/161004234809-5f91e6349a3ed22120055324e82c6f9a (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.