Federal Bid

Last Updated on 20 Oct 2011 at 8 AM
Special Notice
Orlando Florida

69--NOTICE OF INTENT TO AWARD - The Joint Theater Level Simulation (JTLS) to Rolands and Associates (R&A) Corporation.

Solicitation ID W900KK-10-R-0028
Posted Date 22 Jul 2011 at 3 PM
Archive Date 20 Oct 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Orlando Florida United states 32826
The Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) Project Manager for Field Operation (PM Field OPS) has a requirement to support the Joint Theater Level Simulation (JTLS). PEO STRI/PM Field OPS intends to award a FFP contract to Rolands and Associates (R&A) Corporation.
JTLS is an interactive, multi-sided war-gaming system that models a joint and coalition force air, land, and naval warfare environment. The JTLS system consists of six (6) major programs and numerous smaller support programs that work together to prepare the scenario, run the game and analyze the results. The JTLS system operates on a single computer, either at single or at multiple distributed sites. The proposed acquisition is to purchase the Joint Theatre Level Simulation (JTLS) model and support. The requested services will include the following:

a. JTLS Site License: A JTLS software Site License that includes; installation of the JTLS software, JTLS object code, standard database, documentation, JTLS new equipment and advanced training, Help Desk support, JTLS software maintenance and upgrades.

b. Continued JTLS maintenance: A Software Maintenance and Services Agreement (SMSA) which includes JTLS training, Help Desk support, software maintenance and version upgrades.

c. JTLS Site Surveys: The surveys are on site surveys of facilities to assess readiness for a JTLS installation, training and support. These surveys are required to be performed by JTLS specialists who possess the technical expertise to determine facility readiness for JTLS installation.

ACQUISITION APPROACH: The Government anticipates that the requirement will be fulfilled by a Firm Fixed Price (FFP) contract in accordance with FAR Part 6.302. The Government intends to pursue a sole source award to R&A, this will be accomplished pursuant to 10 U.S.C. 2304 (c) (1) "Only one responsible source and no other supplies or services will satisfy agency requirements" as implemented by FAR 6.302-1.

THE PERIOD OF PERFORMANCE (POP): The POP for this effort will be a one (1) year base, with four (4) 1 year options. The anticipated award date is 01 September 2011.

ESTIMATED DOLLAR VALUE: Approximately $7.6 Mil

RESPONSES REQUESTED: The Notice of Intent is not a request for competitive proposal; however in accordance with FAR 5.207(c)15)(ii) "all responsible sources may submit a capibility statement, proposal, or quotation which shall be considered by the agency".

Please submit all information to the Contract Specialist by electronic mail at [email protected] by 1400 hours (EST), 05 August 2011. Information submitted shall not exceed four (4) pages (including the cover sheet, table of contents, etc).

NOTICE: Contractors are advised that a determination by the Government not to compete this effort based on any responses to this notice is solely within the discretion of the Government.

DISCLAIMER: This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products. No funds are available to pay for preparation of responses to this notification. The Government will use the information received to determine whether other sources are available and capable to satisfy this requirement.

Contracting Office Address:
PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276

Point of Contact(s):
Susan Jaimungal, 407-208-3484
[email protected]
Bid Protests Not Available