SOLICITATION NOTICE
J -- Notice of Intent to Sole Source: Sustainment Support Services of L3 Technologies, Inc. Proprietary C4ISR Systems/Equipment
- Notice Date
- 5/22/2017
- Notice Type
- Presolicitation
- NAICS
- 811213
— Communication Equipment Repair and Maintenance
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), C4IT (C3CEN), Coast Guard Blvd, Portsmouth, Virginia, 23703, United States
- ZIP Code
- 23703
- Solicitation Number
- HSCG44-17-R-170001
- Archive Date
- 6/7/2017
- Point of Contact
- Christina M. Grimstead, , Jessica Coltz,
- E-Mail Address
-
Christina.M.Grimstead@uscg.mil, jessica.l.coltz@uscg.mil
(Christina.M.Grimstead@uscg.mil, jessica.l.coltz@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- SYNOPSIS - Notice of Intent to Sole Source Department of Homeland Security (DHS) United States Coast Guard (USCG) Command, Control, Communications, Computers and Information Technology Service Center (C4ITSC) - Contracts and Procurement Division (CPD) - Command, Control and Communications Engineering Center (C3CEN) - Portsmouth, VA This is a notice of intent to sole source a contract for sustainment support services for the following USCG, Command, Control, Communications, Computers, Intelligence Surveillance & Reconnaissance (C4ISR) systems/equipment: L3 MarCom® Integrated Voice Communication Systems (IVCS), L3 KITE Integrated Terminal, L3 Radio Base Band Switch (BBS), L3 SYMPHONY® radio control program and infrastructure, and L3 Henschel Alarm and Announcing System. This action is limited to sustainment support related to the L3 Technologies, Inc. proprietary systems (listed above) installed on National Security Cutters (NSC), Fast Response Cutters (FRC), District Seven Command Centers (IVCS and KITE Terminals only), Training Center (TRACEN) Petaluma, C3CEN Radio Frequency (RF) Communications (COMM) Laboratory, and the Integration and Test Facility (LITF) in Camden, NJ. The acquisition will be awarded pursuant to 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. The USCG anticipates award of an Indefinite Delivery Indefinite Quantity (IDIQ) contract to L3 Technologies, Inc., who is deemed to be the only responsible source capable of meeting this requirement. Individual Task Orders will be issued against the IDIQ contract on a Time-and-Material (T&M) and Firm-Fixed-Price (FFP) basis. The estimated maximum ceiling of the IDIQ contract is $32 million dollars for five (5) years. The overall ordering period for the IDIQ contract is five (5) years. The applicable North American Industrial Classification System (NAICS) code is 811213. This notice of intent is not a request for competitive proposals. While the Government does not anticipate competition, all responsible sources may submit information that shall be considered by the Government. Information received will be considered for the purpose of determining whether to conduct a competitive procurement, which is solely within the discretion of the Government. Responses to this notice shall be sent to Christina.M.Grimstead@uscg.mil no later than 12:00 p.m. Eastern Time on June 6, 2017. There is no solicitation package available.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d66bab013efc8879b8bbd3502baa2076)
- Place of Performance
- Address: Various places of performance, United States
- Record
- SN04517894-W 20170524/170522235420-d66bab013efc8879b8bbd3502baa2076 (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 |