Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 22, 2017 FBO #5539
SOLICITATION NOTICE

R -- Aircraft Alerting Communications Electromagnetic Pulse (EMP) (AACE) Engineering Support

Notice Date
1/20/2017
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808
 
ZIP Code
90245-2808
 
Solicitation Number
FA8823-17-R-0002
 
Point of Contact
Crystal L. Price, Phone: 7195562469, Sharon Boston, Phone: 7195568731
 
E-Mail Address
crystal.price.6@us.af.mil, sharon.boston@us.af.mil
(crystal.price.6@us.af.mil, sharon.boston@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Department of the Air Force, Space and Missile Systems Center (SMC), Space Logistics Directorate contracting branch (SMC/PKL) located at Peterson AFB, CO is contemplating acquisition and award of a single contract for engineering support of Aircraft Alerting Communications Electromagnetic Pulse (EMP) (AACE) Engineering Support. The current primary places of contract performance are Offutt AFB (Omaha, NE),Whiteman AFB (Kansas City, MO), Minot AFB (Minot, ND), Grissom AFB (Peru, IN), Fairchild AFB (Spokane, WA), Beale AFB (Yuba City, CA), and Barksdale AFB (Shreveport, LA). The Government requires engineering support to ensure the safe, secure, and reliable operation of the AACE system to maintain the reliability, maintainability and operational state of the system in accordance with (IAW) the "Nuclear Technical Performance Criteria - Chairman of Joint Chief of Staff Instruction (CJCSI) 6811.01C" and Operational, Safety, Suitability and Effectiveness (OSS&E). The Contractor shall provide all qualified labor and supervision, tools, materials (including manuals and schematics), parts, equipment and transportation necessary to provide technical and engineering support services for the AACE system. This support requires the Contractor to provide telephonic technical support, on-site technical support and technical training support. In addition, this support includes engineering support services related to modifications, spares sustainment and delivery of technical data of the AACE system. The basic period of performance is for one-year with 7 one-year option periods with estimated award in 1st quarter 2017. The projected Request for Proposal (RFP) release date for this effort is January 2017. The purpose of this Notice of Contracting Action (NOCA) is to announce the Government's intention to pursue a Sole Source procurement for Aircraft Alerting Communications Electromagnetic Pulse (EMP) (AACE) Engineering Support. This NOCA does not constitute a Request for Proposal, nor is it to be construed as a commitment by the Government to further evaluate capability briefs, release a competitive solicitation, or award a contract. The Government will not recognize any cost associated with submission of information in response to this or previous notices. The Government will not pay for any effort expended in responding to this notice. A subsequent Request for Proposal is expected to be sent to: Northrop Grumman 100 Sun Avenue NE Suite 300 Albuquerque, NM 87109 Based on Market Research, the Government has an approved justification to acquire these services on a Sole Source basis. A resulting contract will be awarded under the authority of Federal Acquisition Regulation (FAR) Part 6.302-1(a)(2) as Only One Responsible Source and No Other Supplies or Services Will Satisfy the Agency's requirements. This notice of intent is for informational purposes only and is not a request for competitive proposals. A sources sought was posted on FedBizOpps (FBO) on 21 April 2015 and amended 22 April 2015, titled Aircraft Alerting Communications Electromagnetic Pulse (EMP) (AACE) Engineering Support, which was used for market research and the justification to acquire these services sole source. The applicable NAICS is 541330 with a size standard of $38.5M. The Service Code is: R425 Engineering and Technical Services. Three firms provided statements of capabilities in response to the FBO sources sought posting. Based on the technical assessment of the market research, it was determined only Northrop Grumman could meet all of the government's critical requirements under the overall effort. Some firms were found to possess the capabilities necessary to meet a narrow subset of the requirements; however, no single source other than Northrop Grumman Mission Systems, could meet the full set of requirements. If the Government elects to do so, a projected Request for Proposal (RFP) release date for this effort is estimated to be no sooner than 15 calendar days after this Notice of Contract Action and will be directed solely to the prospective source identified above. The anticipated contract type is; Firm-Fixed-Price (FFP), Cost-Plus Fixed Fee (CPFF), and Cost Reimbursable CLINs. The notice expires 15 days after publication.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA8823-17-R-0002/listing.html)
 
Place of Performance
Address: Offutt AFB (Omaha, NE),Whiteman AFB (Kansas City, MO), Minot AFB (Minot, ND), Grissom AFB (Peru, IN), Fairchild AFB (Spokane, WA), Beale AFB (Yuba City, CA), and Barksdale AFB (Shreveport, LA), Peterson AFB, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN04376331-W 20170122/170120233746-b52d19645c0afa255077331829ac5dca (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.