Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 28, 2017 FBO #5726
SOLICITATION NOTICE

R -- F-15 Legacy IMIS Sustainment Services

Notice Date
7/26/2017
 
Notice Type
Presolicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
FA8505-17-R-0018
 
Archive Date
9/30/2017
 
Point of Contact
Caiveon L. Thomas, Phone: 478-222-3376, Jessica M. Bieberbach, Phone: 478-327-9906
 
E-Mail Address
caiveon.thomas@us.af.mil, jessica.bieberbach@us.af.mil
(caiveon.thomas@us.af.mil, jessica.bieberbach@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a notice of intent that AFLCMC/WWK anticipates issuing a Firm-Fixed Price (FFP) and Cost Plus Fixed Fee (CPFF) definitive contract to provide for the services necessary to sustain and update the F-15 legacy Integrated Maintenance Information System (IMIS) in support of operational and developmental test (OT/DT) efforts. This acquisition shall secure: the services required to sustain the OT/DT variant of legacy IMIS to include critical Built-in-Test (BIT) logic updates, the services necessary to ensure consistency between OT/DT flight test units and Original Equipment Manufacturer (OEM) sustained test labs, and validation and verification of the organic variant of IMIS. The IMIS OEM is The Boeing Company. The contract shall include a basic period of performance of twelve months and one six month option to extend services in accordance with Federal Acquisition Regulation (FAR) clause 52.217-8. The proposed contract action provides for services for which the Government intends to solicit and negotiate with only one source, The Boeing Company, CAGE: 76301, in accordance with FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. This contract is a follow-on to FA8505-14-D-0007. Highly specialized technical expertise possessed by Boeing is necessary to perform the instant requirement. The United States Air Force (USAF) expects an unacceptable delay of 30 months in fulfilling the instant requirement if the legacy IMIS software were to be re-engineered. All responsible sources may submit a capability statement, proposal or quotation, which shall be considered by the agency. This notice of intent is not a request for competitive proposals. All proposals received within forty-five days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. All potential offerors should contact the Buyer/Contracting Officer identified below for additional information and/or to communicate concerns, if any, regarding this acquisition. Estimated date of release for solicitation for the legacy IMIS program is 11 August 2017; the estimated date of award is 17 March 2018. The solicitation will not be made available through the Governmentwide Point of Entry (GPE). Please contacting the Buyer/Contracting Officer identified below to request a copy of the solicitation. Foreign contractors are hereby advised that foreign participation in this acquisition is not permitted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8505-17-R-0018/listing.html)
 
Record
SN04598619-W 20170728/170726231611-6c9abe88b91cc6c040a08ce3b08e65fe (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.