SOLICITATION NOTICE
R -- Notice of Intent to Sole Source - UVMS Support Services
- Notice Date
- 1/6/2023 7:30:48 AM
- Notice Type
- Presolicitation
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
- ZIP Code
- 21005-1846
- Solicitation Number
- W15P7T-23-R-0003
- Response Due
- 1/18/2023 9:00:00 AM
- Point of Contact
- April Blodgett, Shannon McBride, Phone: 4438615067
- E-Mail Address
-
april.l.blodgett.civ@army.mil, shannon.m.mcbride6.civ@army.mil
(april.l.blodgett.civ@army.mil, shannon.m.mcbride6.civ@army.mil)
- Description
- THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE QUOTES. The Army Contracting Command intends to award a sole source Firm-Fixed Price (FFP) and Cost-Plus Fixed Fee (CPFF) Indefinite Delivery / Indefinite Quantity (IDIQ) contract under the authority of 10 U.S.C. 2304(c)(1) as implemented by FAR Part 6.302-1(a)(2)(iii)(A) and (b) - Only one responsible source and no other supplies or services will satisfy agency requirements with SCI Technology Inc. (SCI), 13000 Memorial Pkwy SW, Huntsville, Alabama 35801. The North American Industry Classification System (NAICS) code for this requirement is 541512; the business size standard is $30M. The objective of this sole source award is to provide UVMS support services, including: configuration, engineering services, software upgrades, cybersecurity, fielding support, training, demonstration support, installation and inspection services, and systems troubleshooting.� It will also provide the Records Management Analysis (RMA) services that are necessary to fulfill the Command Post Integrated Infrastructure (CPI2), which requires Unified Voice Management System (UVMS) integration into Command Post Support Vehicles and meet the Army 2030 modernization requirement. �Mobile command posts between the Corps, Division, and Brigade Combat Teams (BCTs) currently communicate through SCI�s TOCNET-G4, which is a UVMS.� �TOCNET-G4 provides a full digital vehicle intercom system, which allows various disparate assets, such as radios, phone lines, Voice of Internet Protocol (VoIP), and Internet Protocol (IP) within the Mobile Command Posts (MCPs), to bridge and conference. It is part of multiple integration efforts that are ongoing within PdM CPI2 and with their partners and stakeholders. CPI2 is requiring a minimum Period of Performance (PoP) of five (5) years divided into a one-year base period and four (4) one-year option periods. �The PoP aligns with the PoPs for other technologies, components, and vehicle and shelter productions that are being developed for the new modernized CPs and that are expected to be in production in FY25-FY26. Estimated Period of Performance: 1 February 2023 through 31 January 2024, plus four (4), one-year options. As described in FAR Part 6.302-1(a)(2)(iii), for DoD, NASA, and the Coast Guard, services�may�be deemed to be available only from the original source in the case of follow-on contracts for the continued provision of highly specialized services when it is likely that award to any other source would result in (A)�Substantial duplication of cost to the Government that is not expected to be recovered through competition; or�(B)�Unacceptable delays in fulfilling the agency�s requirements. Voice communications capabilities are an integral part of the CP functionality. The CPI2 Capability Development Document (CDD) dated April 9, 2020, required CPI2 to integrate the Army solution for UVMS into the Command Post Support Vehicle for use within the Mission Command Platforms (MCPs) at Corps, Division, and Brigade Combat Teams (BCTs), to meet the Army 2030 modernization requirement. This requirement is being implemented as part of multiple integration efforts that are ongoing within PdM CPI2, their partners, and other stakeholders.� The integration efforts include Project Manager (PM) Stryker Brigade Combat Team (SBCT), Joint Project Office-Joint Light Tactical Vehicle (JPO-JLTV), PM Armored Multi-Purpose Vehicle (APMV), PdM Multi-Mission Protected Vehicle Systems (MPVS), PM Expeditionary Energy, Sustainment Systems (E2S2) and PdM Network Modernization (NETMOD). SCI�s TOCNET G4 is the current communication equipment in use on MCPs at BCTs.� It provides a full digital vehicle intercom system, which allows various disparate assets, such as radios, phone lines, Voice of Internet Protocol (VoIP), and Internet Protocol (IP) within the MCPs to bridge and conference. The PdM CPI2 has fielded two (2) of the eighty-seven (87) Army Units to date and has planned requirements for the remaining eighty-five (85) Army Units. This contract for engineering support services with SCI is required to enable and support TOCNET G4 communications with the MCPs between the Corps, Division, and BCTs.� Without the services, the Army would not be able to proceed with the Army�s mission of MCP modernization. The configurations included in the TOCNET G4 equipment only work in conjunction with other equipment used and designed into the CPI2 platforms. As the Original Equipment Manufacturer (OEM) of TOCNET G4, SCI has exclusive access to the proprietary software (including proprietary data rights to the source code for all TOCNET G4 software updates, software bug fixes, and Engineering Change Proposals (ECPs)), that is used for all TOCNET G4 requested updates and modifications. Therefore, no vendor other than SCI has the ability to execute the required support services, as detailed above and in the Performance Work Statement (PWS) because as supported by the market research, SCI is the only source that has the expertise, knowledge, and ability to support the government�s configuration needs while providing engineering and fielding support to ensure that the TOCNET G4 system is successfully deployed. This notice of intent is not a request for competitive proposals and no solicitation document exists for the requirement. Sources interested in responding to this notice are required to submit a capability statement that includes management and technical data and cost information, in sufficient detail and with convincing evidence that clearly demonstrates the capability to perform the required work and are able to provide valid capability to provide required services validated by SCI Technology, Inc. Capability statements shall not exceed 6 (8.5 x 11 inch) pages using a font size no smaller than 10-point.� All capability statements received by the due date of this notice will be considered by the Government. A request for documentation or additional information or submissions that only ask questions will not be considered as an affirmative response. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement or to proceed with a sole source contract. Capability statements are due by 12:00 p.m. on 18 January 2023.� Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following address: april.l.blodgett.civ@army.mil. The email subject line shall state, �UVMS Engineering Services, Special Notice # W15P7T23R0003.�� NO TELEPHONE REQUESTS/OFFERS WILL BE HONORED.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3d86048fbef04d77a7e254ef4b223a72/view)
- Place of Performance
- Address: Huntsville, AL 35801, USA
- Zip Code: 35801
- Country: USA
- Zip Code: 35801
- Record
- SN06558227-F 20230108/230106230100 (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 |