Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 20, 2024 SAM #8180
SOLICITATION NOTICE

14 -- Theater Mission Planning Center (TMPC) FY �24 Product Upgrades Delivery Order Modification via Basic Ordering Agreement (BOA) N00019-21-G-0010

Notice Date
4/18/2024 1:28:23 PM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-24-RFPREQ-WPM281-0194
 
Response Due
5/3/2024 2:00:00 PM
 
Archive Date
05/18/2024
 
Point of Contact
Patrick Dwane Reynolds
 
E-Mail Address
patrick.d.reynolds8.civ@us.navy.mil
(patrick.d.reynolds8.civ@us.navy.mil)
 
Description
The Naval Air Systems Command (NAVAIR), Patuxent River, MD intends to enter into sole source negotiations and subsequently award a Cost Plus Fixed Fee contract modification to Peraton Technology Services Incorporated; Santa Clara, California via a Delivery Order under the Basic Ordering Agreement (BOA) N00019-21-G-0010. This delivery order modification provides continued development, delivery, and sustainment of Theater Mission Planning Center (TMPC) subsystems to FMS Customers. TMPC subsystems include Mission Distribution System (MDS), TMPC Communications System (TCOMMS), TCOMMS Communications Interface Processor (TCIP), TMPC Distribution Manager (TDM), TMPC Operations & Status Tool (TOST), Intelligence Situational Awareness Tool (ISAT) and TMPC Enterprise Database (TED) and Tasking Management Service (TMS) software and hardware. This delivery order includes requirements analysis, design, prototyping, development, integration, documentation, training, test, performance analysis, delivery, and installation while adhering to all cybersecurity standards and regulations. Also included are support to the Government�s product assurance agent, technology exploration and application, and concept demonstrations. This contract is being pursued on a sole source basis under the statutory authority of 10 U.S.C. 3204(a)(1) as implemented by Federal Acquisition Regulation (FAR) Subpart 6.302-1, only one responsible source and no other services will satisfy agency requirements. Peraton has been the sole developer and maintainer for multiple TMPC subsystems initially awarded pre-milestone II (B) in 1990 through a competitive selection as part of the TMPC upgrade program. Peraton has been providing continued development, delivery and sustainment necessary to improve system reliability, responsiveness, usability, and incorporation of changes required to maintain compatibility with other systems (i.e. changes to imagery formats, geo-spatial databases, etc.). Award of this follow on requirement to any source other than Peraton would result in unacceptable delays to planned and scheduled work already in progress for TMPC subsystems that must be accomplished to meet TMPC and TWS IOC milestones. Introducing a replacement for Peraton would be detrimental to the program�s ability to effectively continue development, delivery and sustainment of currently deployed systems at 189 sites worldwide. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. Interested parties, however, may identify their interest and capability by responding to the requirement. The Government will consider all information received prior to the closing date of this synopsis. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government. There is no commitment by the Government to issue a solicitation, make an award or awards, or to be responsible for any monies expended by any interested parties before award of a delivery order for the effort mentioned above. Information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. No phone inquiries will be entertained. Responses shall be made in writing by E-mail to the attention of Patrick Reynolds at Patrick.d.reynolds8.civ@us.navy.mil using the contract information provided in this synopsis. Companies interested in subcontracting opportunities should contact Peraton directly.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1c1d269b4d8a42ffb2211a59f5a08fee/view)
 
Place of Performance
Address: Santa Clara, CA 95054, USA
Zip Code: 95054
Country: USA
 
Record
SN07035204-F 20240420/240418230054 (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.