Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 22, 2015 FBO #4838
SPECIAL NOTICE

58 -- Notice of Intent to Sole Source SkySat Support for WTI 2-15

Notice Date
2/20/2015
 
Notice Type
Special Notice
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
Department of the Navy, United States Marine Corps, MCB Camp Pendleton - RCO, PO Box 1609, Oceanside, California, 92051-1609, United States
 
ZIP Code
92051-1609
 
Solicitation Number
M00681-15-R-0004
 
Archive Date
3/17/2015
 
Point of Contact
Justin M. Eastman, Phone: 760-763-8441
 
E-Mail Address
justin.eastman@usmc.mil
(justin.eastman@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DESC: NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT TO SPACE DATA CORPORATION to provide the following: near space and communication relay for both voice and data communication in order to support the Command and Control (C2) of the USMC aviation assets and coordination of threat integrated air defense systems (IADS) in support of Weapons and Tactics Instructor (WTI) course 2-15. Name of Contractor: Space Data Corporation Address of Contractor: 2535 W. Fairview St #101, Chandler, AZ 85224-5663 Approximate Dollar Value of Award: The value of the proposed contract is expected to be under $300,000.00. Description of Supplies/Service: 1. Scope The contractor shall provide near space and communication relay for both voice and data communication in order to support the Command and Control (C2) of the USMC aviation assets and coordination of threat integrated air defense systems (IADS) in support of Weapons and Tactics Instructor (WTI) course 2-15. The beyond line of site UHF communication of both air and ground nodes are at ranges over 600 nautical miles. The High Altitude Communication System (HACS) is a mature system with a proven capability to provide this service in a tactical environment. Marine Corps Aviation and Tactics 1 (MAWTS-1) require operational support to launch, control and track the Government-owned Combat SkySat Payloads for training to take place during WTI 2-15. MAWTS-1 requires operational support using Contractor-provided equipment as well as Government-owned equipment for the successful operation of the HCAS during WTI 2-15. 2. Period / Place of Performance The support will take place 27 March - 26 April 2015 in remote locations within 100 nautical miles of Yuma, AZ. The support will be executed as follows: IOC Raid (Mar 27) Air 'O 1 (Mar 30) Air 'O 2 (Mar 31) OAS-1 (Apr 1) OAS-2 (Apr 2) OAS-3 (Apr3) OAS-4 (Apr 4) OAS-5 (Apr 7) LRAS (Apr 8) AST-1 (Apr 13) AST-2 (Apr 15) AST-3 (Apr 17) OAAW (Apr 18) (x2) FINEX-1 (Apr 21) FINEX-2 (Apr 23) FINEX-3 (Apr 25) (x2) The typical work day shall consist of 8-10 hours of continuous support to commence no earlier than 0700 and conclude no later than 2400. 3. Tasks 3.1 Portable Launch and Control system support. The contractor shall supply a 4-wheel truck with integrated portable ground control station for the Near Space Communication System, including GST-351 transceiver, rugged laptop, commercial and vendor developed software, UHF and GPS antennas, interface cables, power supplies and adapter. 3.3 Provide Combat SkySat High Altitude Platform. The contractor shall provide (12) new Combat SkySat Platforms - consisting of Military UHF repeater system including 2000g balloon (boxed separately), integrated parachute, flexible 4-antenna array, and suspended ballast system. These (12) UHF repeater systems to be delivered NLT 23 March 2015. The contractor shall provide (9) refurbished Combat SkySat Platforms - consisting of Military UHF repeater system including 2000g balloon (boxed separately), integrated parachute, flexible 4-antenna array, and suspended ballast system. These (9) UHF repeater systems to be delivered NLT 23 March 2015. 3.3 Refurbishment of Government-Owned Combat SkySat Platforms. The contractor shall refurbish (9) Government-owned Combat SkySat Platforms consisting of replacing the following: batteries, flexible 4-antenna array, suspended ballast system, integrated parachute, refurbishment of the case and 2000g balloon system (boxed separately). 3.4 GPS Trackers The contractor shall provide (15) GPS trackers for SkySat Recovery which includes tracking device, one-year subscription, and service plan that provides location reporting every 10 minutes. These (15) GPS trackers to be delivered NLT 23 March 2015. 3.5 Spare Balloons The contractor shall provide (10) Spare 2000g Balloons with Integrated Neck. These (9) balloons will be delivered NLT 23 March 2015. Interested persons may identify their interest and capability to respond to the requirement, and should furnish detailed data concerning their capabilities to provide the supplies sought including pricing data and technical data sufficient enough to determine that a comparable source to the government is available. The training must be conducted on the referenced dates and within the associated proximity to Marine Corps Air Station Yuma AZ. The Government will be the sole determiner regarding an offerors ability to meet all requirements. The government will consider all EOIs received prior to 10 days after date of publication of this notice before 1600 PST on that date. A determination by the government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. EOIs sent via the U.S. Postal Service should be mailed to: Regional Contracting Office, MCI-West, Attn: Captain Justin Eastman, P.O. Box 1609, Oceanside, CA 92051-1609. EOIs sent via Federal Express or hand carried must be delivered to Regional Contracting Office, MCI-West, Attn: Capt Justin Eastman, Bldg. 22180, Marine Corps Base Camp Pendleton, CA 92055 during weekdays, excluding federal holidays, between the hours of 7:00 a.m. and 4:30 p.m. EOIs may be submitted via facsimile to Attn: Capt Justin Eastman at (760)763-8441. The facsimile transmission must clearly identify this notice and the name of the contracting officer on the first page. EOIs may be submitted via email to: Justin.eastman@usmc.mil. Submitters bear the burden of ensuring that the EOI reaches the designated contracting officer on time and should allow a reasonable time for facsimile transmissions to be completed. All pages of the transmission must reach the office before the deadline specified and pages of a facsimile transmission that arrive in the office after the specified deadline will not be considered. The submitter bears the risk of non-receipt of facsimile transmissions and should confirm by telephone that any facsimile was received. This purchase will conducted utilizing Simplified Acquisition Procedures and Other Than Full and Open Competition as authorized under FAR Part 13. The anticipated award date is 6 Mar 2015. Point of contact for this purchase is Captain Justin Eastman at (760)763-8441.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00681/M00681-15-R-0004/listing.html)
 
Place of Performance
Address: Within 100 Miles of Yuma AZ., Yuma, Arizona, 85369, United States
Zip Code: 85369
 
Record
SN03647091-W 20150222/150220234231-84415c2fc56defed3a50b8005986643a (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.