Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2020 SAM #6706
AWARD

A -- Weaponeering and Stores Planning (WASP) Legacy Software

Notice Date
4/7/2020 10:05:30 AM
 
Notice Type
Award Notice
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-20-RFPREQ-PMA-281-0044
 
Archive Date
04/21/2020
 
Point of Contact
Jacob Leitch
 
E-Mail Address
jacob.leitch@navy.mil
(jacob.leitch@navy.mil)
 
Award Number
N00019-20-G-0001
 
Award Date
04/06/2020
 
Awardee
DCS CORPORATION Alexandria VA USA
 
Award Amount
7584179.00
 
Description
The Naval Air Systems Command (NAVAIR)�awarded a sole-source Cost-Plus Fixed Fee (CPFF) delivery order under Basic Ordering Agreement (BOA) Contract N00019-20-G-0001 to DCS Corporation, hereafter referred to as the Contractor, for the effort described in the following paragraph. Under this delivery order, the Contractor will continue GUI redesign (started with WASP 4.1) and begin initial transition to micro-services architecture in support of Next Gen Naval Mission Planning. These requirements�were procured in accordance with the statutory authority permitting other than full and open competition under Title 10 U.S.C 2304(c)(1), as implemented by FAR 6.302-1, ""Only one responsible source and no other supplies or services will satisfy agency requirements."" DCS Corporation has developed and delivered all WASP versions, both U.S. and FMS, in a component-based evolutionary acquisition.� DCS Corporation has generated extensive, applied, knowledge-based experience and proficiency with the WASP code, database tier design and structure of WASP applications used by the Fleet community.� Selection of a contractor other than DCS Corporation would result in substantial duplication of cost to the Government that is not expected to be recovered through competition, as well as unacceptable impacts to schedule and performance. No other source has the technical qualification and necessary resources to perform the work described herein, nor will any other supplies or services satisfy the Government's requirements.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f8de30e7d3074e2e812e6dbeaf3d055e/view)
 
Place of Performance
Address: Lexington Park, MD 20653, USA
Zip Code: 20653
Country: USA
 
Record
SN05612054-F 20200409/200407230141 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.