Weaponeering and Stores Planning (WASP) FMS-2 Delivery Order
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Presolicitation (Original)
- Original Published Date: May 08, 2024 03:24 pm EDT
- Original Response Date: May 23, 2024 04:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Jun 07, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- 541715 - Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Place of Performance: ARE
Description
THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE. The Naval Air Systems Command (NAVAIR) intends to issue a sole-source Cost-Plus Fixed Fee (CPFF) delivery order under Basic Ordering Agreement (BOA) Contract N00019-20-G-0001 to DCS Corporation, hereafter referred to as the Contractor, for the effort described in the following paragraph.
The scope of the DO includes development, integration, test and evaluation, deployment/delivery, modifications, and operations/sustainment of WASP software products supporting Program Management Activity (PMA)-281 partner countries and FMS programs as well as providing continuous engineering and technical support.
These requirements will be procured in accordance with the statutory authority permitting other than full and open competition under Title 10 U.S.C 2304(c)(1), as implemented by FAR 6.302-1, "Only one responsible source and no other supplies or services will satisfy agency requirements." DCS Corporation has developed and delivered all WASP versions, both U.S. and FMS, in a component-based evolutionary acquisition. DCS Corporation has generated extensive, applied, knowledge-based experience and proficiency with the WASP code, database tier design and structure of WASP applications used by the Fleet community. Selection of a contractor other than DCS Corporation would result in substantial duplication of cost to the Government that is not expected to be recovered through competition, as well as unacceptable impacts to schedule and performance. No other source has the technical qualification and necessary resources to perform the work described herein, nor will any other supplies or services satisfy the Government's requirements.
This synopsis is published for informative purposes (THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS). 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. Companies interested in subcontracting opportunities should contact DCS Corporation, directly. There are no commitments by the Government to issue any solicitations, make an award or awards, or to be responsible for any monies expended by any interested parties before award of a contract for the efforts mentioned above. Information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. No telephone responses will be accepted.
Attachments/Links
Contact Information
Contracting Office Address
- NAVAL AIR SYSTEMS CMD HEADQUARTERS NAVAL AIR STATION
- PATUXENT RIVER , MD 20670-5000
- USA
Primary Point of Contact
- Zacerry Herbert
- zacerry.g.herbert.civ@us.navy.mil
Secondary Point of Contact
- Jacob Leitch
- jacob.t.leitch.civ@us.navy.mil
History
- Jun 07, 2024 11:55 pm EDTPresolicitation (Original)