Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 05, 2018 FBO #5977
SOLICITATION NOTICE

R -- Notice of Intent to Award a Sole Source Contract for Afghanistan Automated Biometric Identification System and the Associated Services

Notice Date
4/3/2018
 
Notice Type
Presolicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
4301 Pacific Highway Bldg OT4 Code 02, San Diego CA 92110-3127
 
ZIP Code
92110-3127
 
Solicitation Number
N00039-18-R-0075
 
Response Due
4/18/2018
 
Archive Date
5/18/2018
 
Point of Contact
Point of Contact - Vanessa B Ochomogo, Contract Specialist, 619-524-7176; Kristin L White, Contracting Officer, 619-524-7204
 
E-Mail Address
Contract Specialist
(vanessa.ochomogo@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Space and Naval Warfare Systems Command (SPAWAR), in support of the Program Executive Office (PEO) Command, Control, Communications, Computers and Intelligence (C4I), International C4I Integration Program Office (PMW 740), intends to award a sole- source hybrid Cost Plus Fixed Fee (CPFF)/Cost Reimbursable contract to Ideal Innovations, Inc. (I3) (Cage: 1J5W3), 950 North Glebe Road, Arlington, VA 22203, for maintenance, operations, and sustainment support services for the Afghanistan Automated Biometric Identification System (AABIS) in support of the Afghanistan Biometrics Program in Afghanistan. The incumbent Contractor, I3, has propriety knowledge and rights to the software codification of the equipment, which are AABIS baselines that are key requirements and critical systems and subsystems that make up the biometrics program. No other firm is capable of meeting the requirement without substantial duplication of costs that is not expected to be recovered though full and open competition given the estimated cost of this effort, as well as causing significant disruptions to the maintenance, operations, and sustainment efforts of the Afghanistan Biometrics Program. The Government intends to award this CPFF/Cost sole source effort to I3 under the authority of FAR 6.302-1 Only One Responsible Source. The proposed contract will have a period of performance (PoP) of one (1) base year plus four (4) option years. The North American Industry Classification System (NAICS) code for this effort is 541512. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS OR A SOLICITATION OF OFFERS. A solicitation will not be posted. Any responsible sources may submit a capability statement that demonstrates that they can satisfy the Government's requirement which shall be considered by the agency. A determination by the Government to not compete the anticipated contract based on responses to this notice is solely within the discretion of the Government. Responses to this notice should be directed to Vanessa Ochomogo at vanessa.ochomogo@navy.mil and Kristin White at kristin.white@navy.mil with the subject "N0003918R0075." This notice is also posted on the SPAWAR e-Commerce website at: https://e-commerce.sscno.nmci.navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARHQ/N00039-18-R-0075/listing.html)
 
Record
SN04876350-W 20180405/180403231528-569f25a6870beef521e95aacdac608f4 (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.