Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 27, 2017 FBO #5634
SPECIAL NOTICE

58 -- Counter Communication System Block 10.2

Notice Date
4/25/2017
 
Notice Type
Special Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
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
FA8819-17-C-0004
 
Archive Date
5/26/2017
 
Point of Contact
Christopher James, Phone: (310) 535-2633, Thomas Cooke, Phone: (310) 416-1610
 
E-Mail Address
christopher.james.10@us.af.mil, thomas.cooke@us.af.mil
(christopher.james.10@us.af.mil, thomas.cooke@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Special Notice for information purposes issued by the Space Superiority Systems Directorate (SY) at the United States Air Force Space and Missile Systems Center (SMC). The SMC/SY Program Office is seeking to inform potential domestic providers of the Block 10.2 Counter Communication System (CCS). SMC/SY contemplates awarding a sole source contract to Harris Corporation for two additional Block 10.2 CCS units with an anticipated award date of 02 January 2018 and an anticipated period of performance of 02 January 2018 through 01 October 2019. This contract will include the manufacture, test, and delivery to designated sites in the continental United States or overseas. SMC/SY has been contracting with Harris Corp. for the CCS B10.2 system on a sole source basis since 06 September 2013 under contract numbers FA8819-08-C-0001 and FA8819-17-C-0004. SMC/SY believes that only Harris Corp. can deliver these two additional B10.2 production units consistent with the 01 October 2019 need date. Any persons or companies interested in providing two CCS Block 10.2 units with delivery no later than 01 October 2019 are requested to respond by submitting a statement of capabilities to SMC/SYK. Interested parties, including small and small disadvantaged businesses, may identify their interest and statement of technical capabilities, and submit their information. Information shall not exceed ten one-sided pages in length, must be in or compatible with MS Office 2013 or PDF format, and font no smaller than twelve point. A minimum DoD facility security clearance of Top Secret is mandatory. Interested parties must show capability to fulfill SMC/SY's need for delivery of the CCS B10.2 units described above. The capabilities statement should address why the company believes that the sole source justification is not valid. This notice expires fifteen calendar days after publication. This is not a small business set-aside. The NAICS code for the effort is 334511 and the small business size standard is 1,250 employees. Classification code 5895 applies. Contractors interested in subcontracting opportunities are encouraged to contact the Harris Corporation directly. This Special Notice is issued solely for information and planning purposes. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. As stipulated in FAR 15.201(e), responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. This notice does not commit the Government to contract for any supply or service whatsoever. Furthermore, we are not seeking proposals at this time. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this notice. All costs associated with responding to this notice will be solely at the responding party's expense. Any statement of capabilities submitted by interested sources to this notice constitute consent for that submission to be reviewed by Government personnel, Federally Funded Research and Development Center (FFRDC) employees, and support contractors unless the interested sources clearly object in writing to the release of this information to FFRDC employees and support contractors in a cover letter accompanying the statement of capabilities. The statement of capabilities and all related communications that contain proprietary information should be marked as such. No classified information shall be submitted. Respondents are advised that information submitted to the Government in response to this notice may be reviewed by non-Government advisors to include, but not limited to, the following companies: The Aerospace Corporation, AT&T, Science Applications International Corporation (SAIC), Tecolote Research, Booz Allen Hamilton, DMB Integrated Logistics Planning Inc., and ManTech. Questions pertaining to this notification may be directed to Capt Christopher James or Lt Col Thomas Cooke using the contact information below. Questions concerning requirements and/or the contents of a statement of capabilities should be directed to Lt Col Cooke.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA8819-17-C-0004 /listing.html)
 
Place of Performance
Address: Colorado, Florida, California, and other operating locations, El Segundo, California, 90245, United States
Zip Code: 90245
 
Record
SN04484584-W 20170427/170425234725-e0ab51ea2e00a38bd0a21b426a3bb72a (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.