SPECIAL NOTICE
D -- Air Vehicle Planning System 6 Contract Extension
- Notice Date
- 3/24/2025 7:49:37 AM
- Notice Type
- Special Notice
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- DEPT OF THE AIR FORCE
- ZIP Code
- 00000
- Solicitation Number
- FY250001
- Response Due
- 4/1/2025 10:00:00 PM
- Archive Date
- 04/17/2025
- Point of Contact
- Chad Stemick, Phone: 4029127534, Brandon Lohse, Phone: 402-912-7533
- E-Mail Address
-
chad.j.stemick.civ@mail.mil, brandon.s.lohse.civ@mail.mil
(chad.j.stemick.civ@mail.mil, brandon.s.lohse.civ@mail.mil)
- Description
- NOTICE OF INTENT TO EXTEND CURRENT CONTRACT (FA8730-21-F-8504) the Air Vehicle Planning System (APS) 6, to Leidos Inc. - 1750 Presidents Street FL 4, Reston, VA 20190 in accordance with FAR 5.201. The proposed procurement is for software development services that the Government intends to extend with follow-on contracts for the continued provision of highly specialized services under the authority of FAR 6.302-1(a)(2)(iii)(B). Air Force Nuclear Weapons Center�s Nuclear Combatant Command division (AFNWC/NCC) plans to extend the current Time and Materials contract to the incumbent for a period of 48 months. This will include four (4) one-year options. The performance period will commence on February 1, 2027, and end on January 31, 2031. The contract will be subject to FAR 52.222-41 Service Contract Labor Standards. AFNWC/NCC, is the program management office that directs the APS contract which includes support services such as: agile software development, engineering and software services for maintenance and analysis of Government-owned mission planning software, on-site support for planners, provisions for interoperability with other necessary programs, correction of known software deficiencies, incorporation of guidance changes, maintenance of the capability to fix both non-critical and emergency (urgent) Software Change Requests (SCRs), and application training for personnel. This requirement also includes provisions for enhancements and code development for the nuclear triad. The incumbent Contractor is also required to provide the following: 1. Recent and Relevant Past Performance (within the last 2 years, (Recent)) of the capability to perform, at minimum a $15M annual software development (NAICS 541512, (Relevant)) execution. 2. Contractor Personnel that possess expertise to analyze and code in C++, Java, Javascript, and Fortran. 3. Pertinent information to clearly show they meet the program�s Security Requirements to allow uninterrupted day 1 performance as follows: a. Contractor Development Facility that isTS/SAP Accredited. b. Contractor Development Environment that's equipped with S/SAP and/or TS/SAP Accredited Software Development Equipment/Systems c. Contractor Personnel that possess TS/SAP Clearance for software development
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6b58e4b670e848cfba20213eaf7559bd/view)
- Place of Performance
- Address: Offutt AFB, NE 68113, USA
- Zip Code: 68113
- Country: USA
- Zip Code: 68113
- Record
- SN07382615-F 20250326/250324230040 (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 |