Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 04, 2018 FBO #6098
MODIFICATION

70 -- Weapon Planning Software (WPS)

Notice Date
8/2/2018
 
Notice Type
Modification/Amendment
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/EBDK - Eglin, 205 West D Ave, Bldg 350 Ste 545, Eglin AFB, Florida, 32542, United States
 
ZIP Code
32542
 
Solicitation Number
FA8681-18-R-0006
 
Archive Date
6/30/2018
 
Point of Contact
Brent P. Barnhill, Phone: 8508833411, Diana R. Graziano, Phone: 8508833735
 
E-Mail Address
brent.barnhill.1@us.af.mil, diana.graziano@us.af.mil
(brent.barnhill.1@us.af.mil, diana.graziano@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTE: This is a synopsis only. A solicitation will follow at a later date. FAR 52.232-18 Availability of Funds is in effect. In accordance with FAR 5.203, this synopsis is for a new Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract for the development, enhancement, and support of the Weapon Planning Software (WPS) suite, which is a Common Component (CC) within the Joint Mission Planning Software (JMPS) architecture. The contractor shall provide all labor, facilities, technical, telephone, meetings and email support to WPS stakeholders. The contractor shall be required to provide WPS software design, development, architecture/re-architecture, migration, enhancement, integration, upgrade, conversion, testing, and documentation. This acquisition will utilize a flexible methodology such as agile sprint/release processes. This methodology will affect changes, refining the software requirements over the life of the contract based on the results of completed iterations. The NAICS associated with this notice/requirement is 511210, Software Publishers, with PSC 7010, Information Technology Equipment System Configuration. This will be full and open competition. 1. The Air Force Life Cycle Management Center (AFLCMC), Armament Directorate, Direct Attack Weapons Branch (EBDW), Eglin AFB, FL 32542 is planning to release a Request for Proposal (RFP) in late August 2018 with an estimated closing/response date in mid-October 2018. It is the intention of EBDW to allow a 50-day solicitation period for industry to comply with the procedures required within the Solicitation itself. Award is anticipated between February and May of 2019. 2. Request for Proposal Number: FA868118R0006 3. Purchase Request: Note: FAR 52.232-18 Availability of Funds is in effect. Notice to Offeror: Funds are not presently available for this effort. No award will be made under this Solicitation until funds are available. The Government reserves the right to cancel this Solicitation, either before or after the closing date. In the event the Government cancels this Solicitation, the Government has no obligation to reimburse offerors for any costs. 4. Nomenclature/Noun: Weapon Planning Software (WPS) 5. Description/Function: WPS provides PC-based weapon mission planning capabilities covering numerous aircraft/weapon platforms (both US and foreign). The WPS suite is used by Department of Defense (DoD) organizations and foreign countries using JMPS for precision guided munition (PGM) planning. 6. Acquisition Method: Full and Open Competitive Acquisition. This acquisition is subject to restrictions and procedures. Information concerning procedures to request/obtain export controlled documents via CD/DVD/Blu-Ray; will be outlined in the Solicitation itself, when issued. 7. Sources/Qualified Sources: Export Controlled Certification is required as outlined within the Solicitation itself. 8. Qualification Requirements: The majority of performance will be at the offeror's facility. The offeror must meet the requirements of Capability Maturity Model Integration (CMMI) Level 3. The offeror must possess, or acquire prior to award of a contract, a facility clearance equal to the highest classification stated on the Contract Security Classification Specification (DD Form 254) which will be found at Section J Attachment 2 of the Solicitation. Further information on these requirements can be obtained from the POCs in this synopsis. 9. Export Control: Yes. Offerors are required to be "EXPORT CONTROLLED" certified in order to receive export controlled documents for this Solicitation. The export controlled documents have been updated. Therefore offerors, upon release of the Solicitation, are required to request a copy of the current export controlled documents. See Solicitation details when released. If an offeror intends to become Export Control Certified, the offeror must register at http://www.dlis.dla.mil/jcp/ and be able to provide its approved DD Form 2345 in order to receive the export controlled documents. Access to the export controlled documents for this acquisition is restricted to potential offerors who have met the requirements to view/receive export controlled data as outlined in the Solicitation. 10. Foreign Participation is not authorized. 11. Award Information: A ten (10) year, $259,000,000 single award IDIQ contract is contemplated. The Solicitation Line Items are provided below for the Basic IDIQ structure. This acquisition does allow for different CLIN types over the life of the contract in order to achieve the most advantageous structure to accommodate mission needs. The actual requirements and delivery information will be determined at the Delivery Order (DO) level: CLIN 0100 Software Development (CPFF) CLIN 0200 Legacy Enhancements (CPFF) CLIN 0300 Delta Formal Qualification Test (FQT) (CPFF) CLIN 0400 Engineering Support (CPFF) CLIN 0500 Travel (CNF) CLIN 0600 Materials (CNF) CLIN 0700 Time-and-Materials (T&M) CLIN 0800 Transition Phase-In/Phase-Out (FFP) CLIN 0900 Data - Not Separately Priced (NSP) 12. Mandatory Language: Written procedures will be provided within the Solicitation. Section L, Instructions to Offerors, will be found at Section J Attachment 12 of the Solicitation, and Section M, Evaluation Factors for Award, will be found at Section J Attachment 13 of the Solicitation when released. 13. Contracting Office Address: AFLCMC/EBDK, 102 West D. Ave., Bldg. 11, Suite 5, Eglin AFB, FL 32542.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6b7c5f5b6d694a94f2c64be217cfbb77)
 
Record
SN05017234-W 20180804/180802231023-6b7c5f5b6d694a94f2c64be217cfbb77 (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.