ACQUISITION APPROACH: This action will be awarded in accordance with 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. Roland & Associates (R&A) Corporation is the only reasonable source for the procurement of services in support of this Taiwan JTLS support. R&A is the JTLS software developer, which was developed for the US Joint Staff J7 and US Combatant Commands (COCOMs). R&A is the only source capable of providing JTLS exercise support and software maintenance. The JTLS software requires the use of R&A's design and system engineers during the exercise to ensure the continued use of the JTLS. The procurement of this service from an alternate source would result in unnecessary and costly software development and delays which will cause the government's failure to meet the short term exercise requirements of Taiwan.
Given the proprietary technical requirements, expedited timeline and cost restraints, this notice of intent is not a request for competitive proposals or quotes. However, this notice does function as a Request for Information (RFI) or Sources Sought for offerors who believe they can meet the Government's requirement. Any responsible source who believes it is capable of meeting the requirement may submit a capability statement, proposal, or quotation, which shall be considered by the agency, only if received by the closing date and time of this notice. A determination not to compete the proposed requirement based upon the responses to this notice is solely within the discretion of the Government.
PERIOD OF PERFORMANCE: The Period of Performance (POP) for this requirement will be
1 April 2017 - 31 March 2018 (12 months). The annual HK CPX exercise will take place during spring 2017, while the software maintenance will be for 12 months.
ESTIMATED DOLLAR VALUE: The total contract value for this effort is estimated at approximately $117,237.
Federal Supply Class/ Service Code: R412
North American Industry Classification Code: 541512
Size Standard in Millions of Dollars: $27.5
DISCLAIMER: This notice is not a commitment by the U.S. Government to procure subject products/services. No funds are available to account for preparation of responses to this notification.
Contracting Office Address:
ACC- Orlando
1221 Science Drive
Orlando, FL 32826-3224
United States
Primary Point of Contract:
Susan Jaimungal
Contract Specialist
[email protected]
Phone: 407-208-3484
Secondary Point of Contract:
Dana D. Graham
Supervisory Contracting Officer
[email protected]
(407) 208-3429