Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 10, 2024 SAM #8110
SPECIAL NOTICE

99 -- Notice of Intent to Sole Source

Notice Date
2/8/2024 9:05:31 AM
 
Notice Type
Special Notice
 
Contracting Office
NATIONAL GEOSPATIAL-INTELLIGENCE AGENCY (NGA)
 
ZIP Code
00000
 
Response Due
2/23/2024 8:00:00 AM
 
Archive Date
03/09/2024
 
Point of Contact
Jimmy Ober
 
E-Mail Address
jimmy.c.ober@nga.mil
(jimmy.c.ober@nga.mil)
 
Description
Under the authority of FAR 6.302-1, NGA proposes a sole source contract extension for six months under contract number HM047619C0035 (SCS), to allow for the current performance to come to a logical end. The Government intends to end the current effort and migrate sustainment efforts to an existing Agency contract. In accordance with Federal Acquisition Regulation (FAR) Clause 6.302-1 � Only one responsible source and no other supplies or services will satisfy agency requirements. The present Contractor is the only vendor with sufficient depth of specialized expertise to continue the effort without incurring a break in service while the Government finalizes efforts to re-align the scope of work under a separate, existing contract - FAR 6.302-1(a)(2)(iii)(B). The NGA maintains a set of mission critical and mission essential legacy software systems, applications, and databases that constitute the web-based GEOINT content capability for the National System for Geospatial-Intelligence (NSG). These software systems, applications, and databases include legacy Navigation Safety System (NSS), modernized Navigation Safety System (N2), Consolidated Surface Production Environment (CSPE), and Aeronautical Customer Quality Feedback System (AQFS). New and ongoing NGA initiatives will implement a new NSG architecture and deliver new capabilities that will enable the retirement or transition of these mission critical and mission essential systems. However, it will be necessary to sustain these systems until the new capabilities are operational and have demonstrated readiness for legacy system disposition. The SCS contract provides the required sustainment support for these systems and applications (software and databases) until they can be retired or otherwise dispositioned, as well as modernization efforts to transition legacy NSS from on-premises to cloud-based operations (N2). Due to the complexity of modernization efforts, additional time is required to ensure successful delivery and transition of capability to the existing Agency contract. As a result, the current contract needs to be extended by six months to meet NGA�s needs and avoid service interruptions to mission-critical systems supporting NGA�s Safety of Navigation (SoN) mission. This notice is in accordance with FAR Subpart 5.2, and is not a request for competitive proposals. All responsible sources may submit a capability statement, proposal, or quotation in sufficient detail, which shall be considered by the NGA. A determination by the Government to compete the proposed procurement based on the responses to this notice is solely within the discretion of the Government.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a88d4e80d69141269b8d4db63fc34ad0/view)
 
Place of Performance
Address: Springfield, VA, USA
Country: USA
 
Record
SN06959323-F 20240210/240208230047 (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.