Florida Bids > Bid Detail

BESST, OPUS, and ARES

Agency:
Level of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
Opps ID: NBD00159628573462724
Posted Date: Mar 8, 2024
Due Date: Mar 23, 2024
Source: https://sam.gov/opp/54d8b4af15...
Follow
BESST, OPUS, and ARES
Active
Contract Opportunity
Notice ID
017
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR HQS
Office
NAVAL AIR SYSTEMS COMMAND
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)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 08, 2024 01:48 pm EST
  • Original Response Date: Mar 23, 2024 12:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 07, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: DA10 - IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE
  • NAICS Code:
    • 5132 - Software Publishers
  • Place of Performance:
    Juno Beach , FL 33408
    USA
Description

The F-35 Lightning II Joint Program Office (JPO) intends to award a sole source contract to Systecon North America dba WPI Services, LLC (Systecon) for the developmental, implementation and engineering efforts necessary to support the Analytics and Reporting for Enterprise Sustainment (ARES) Tool, Balancing & Estimating Strategic Sourcing Tool (BESST), and annual Opus software upgrades, including Tier 1 & 2 support powered by Opus Suite software. The F-35 JPO requires support for the Opus Suite software, to include installation and population with F-35 Lightning II strategic sourcing data and associated commercially available interfacing architecture. This acquisition is being pursued on a sole source basis under the statutory authority of 10 U.S.C. 3204(a)(1) (formerly 10 U.S.C. 2304(c)(1)), as implemented by Federal Acquisition Regulation (FAR) 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. Services covered under this requirement will result in the execution of twork necessary to deliver sustainment analytic and digital management tools to support the U.S. Air Force (USAF), U.S. Navy (USN), U.S. Marine Corps (USMC). F-35 International Partners and Foreign Military Sales (FMS) customers to meet requirements identified in the Autonomic Logistics Information System (ALIS) Capability Development Document and follow on Global Support Systems initiative requirements.



The BESST, OPUS, and ARES contract is anticipated to be awarded during third quarter of FY2024. This notice of intent is neither a request for proposal nor a solicitation of offers. However, in accordance with FAR 5.207(c)(16)(ii), all responsible sources may submit a capability statement, proposal, or quotation that will be considered by the U.S. Government. Based upon any responses to this notice, the U.S. Government reserves the right to process this procurement action on a sole source basis.


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
Secondary Point of Contact
History
  • Mar 08, 2024 01:48 pm ESTPresolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >