Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 28, 2020 SAM #6908
SPECIAL NOTICE

70 -- Aero Mobile App Notice of Intent

Notice Date
10/26/2020 7:29:17 AM
 
Notice Type
Special Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
NATL GEOSPATIAL-INTELLIGENCE AGENCY ARNOLD MO 630106238 USA
 
ZIP Code
630106238
 
Solicitation Number
NGA_AERO_AMA_Notice_of_Intent
 
Response Due
11/10/2020 8:00:00 AM
 
Archive Date
11/25/2020
 
Point of Contact
Timothy Hull, Phone: 3146760352, Daniel R.Fadely, Phone: 3146760215
 
E-Mail Address
timothy.j.hull@nga.mil, daniel.r.fadely@nga.mil
(timothy.j.hull@nga.mil, daniel.r.fadely@nga.mil)
 
Description
National Geospatial-Intelligence Agency (NGA), Office of Contract Services (OCS) plans to contract on a sole source basis.� The authority to contract is in accordance with FAR Part 6.302-1.� The period of performance will be for a base year with 2 one-year options. The proposed action is a follow on contract to the current Aero Mobile Application (AMA) contract. The current contract was a competitively awarded requirements contract that is currently expected to end on March 19, 2021. NGA Aeronautical Navigation Office (SFA) intends to contract by other than full and open competition for the follow-on (AMA) contract. Contract will be awarded to a small business.� Due to the increasingly demanding nature of technical services required to support the AMA, NGA has determined that only one vendor that is capable of meeting all of the government requirements set forth in the contract. Furthermore, NGA would incur significant cost associated with duplication of effort should it award to a vendor other than the incumbent contractor. The Aeronautical Mobile Application is a software platform that provides NGA�s domestic (Federal and State Governments) and foreign Government customers the capability to exploit NGA Safety of Navigation (SoN) Aeronautical data through an application that acts in a common and consistent manner across three separate operating systems (Apple iOS, Google Android, and Microsoft Windows). Currently the data required for the Aeronautical Mobile Application is provided to the contractor on a 28-day cycle by NGA and other external sources, such as the Federal Aviation Administration (FAA) and NavCanada. The data is then processed and modified to work with the applicable application languages to combine the data to a mobile device. The computer languages, software operating systems, and their supported versions used by the application require delivery and sustainment of approximately 4.5 million plus lines of code across the iOS, Android, and Windows operating environments in order to deliver approximately 11 GB of data consistently each 28-day cycle with the expectation of 25 GB in the near future. �The statutory authorities permitting the sole sourcing of services is FAR 6.302-1 Only one responsible source and no other supplies or services will satisfy agency requirements and FAR 6.302-1(a)(2)(iii)(A) - Award to any other source would result in substantial duplication of cost to the government that is not expected to be recovered through competition. �Market Research identified only one vendor, Hilton Software, capable of meeting the Government�s AS9100D certification requirement in addition to simultaneous IOS, Android, and Windows sustainment. AS9100D is a Quality Management System certification specific for Aeronautical Data. Due to the critical role that the AMA software plays with regards to the Safety of Navigation, NGA views the AS9100D certification as a requirement essential in reducing the possibility of data or product errors that could cause the loss of life or an aircraft. The Government also considered duplicated costs associated with awarding to a new contractor. Due to the nature of this work and related risk to the Safety of Aeronautical Navigation, there can be no lapse in service. To ensure continuity of service, NGA would require a lengthy transition period (estimated 6 to 12 months) where both the current contractor and new contractor are performing. This period is necessary to ensure that the contractor could successfully perform all required SOW tasks unassisted by incumbent contractor. NGA conducted Market Research by using Internet searches, Industry Days, and conducted searches through the General Services Administration (GSA). NGA also posted a Source Sought Solicitation to SAM.GOV from 6/23/20 through 7/17/20 to gauge interest from Industry. Twelve potential vendors provided responses, however only one vendor, Hilton Software, was able to meet all of the government�s requirements. This is not a request for competitive proposals; however, the Government will consider responses from all responsible sources received within 15 days after date of publication of this notice. Responses must be supported with clear and convincing evidence to clearly be able to provide the services outlined in this notice. Any responses received will only be considered for the purpose of determining whether to conduct a competitive procurement in lieu of the sole source described in this notice, and such determination shall be made at the sole discretion of the Government. Responses are required to be sent via email to Timothy.j.hull@nga.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0a95d4beb631481d8aef48d43746ce7e/view)
 
Place of Performance
Address: MO, USA
Country: USA
 
Record
SN05837757-F 20201028/201026230136 (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.