Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2017 FBO #5739
SPECIAL NOTICE

D -- Notice of Contract Action

Notice Date
8/8/2017
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/HB - Hanscom, 11 Barksdale Ave Bldg 1614, Hanscom Air Force Base, Massachusetts, 01731, United States
 
ZIP Code
01731
 
Solicitation Number
FA8723-16-D-0001
 
Archive Date
8/16/2017
 
Point of Contact
David Shamburer, Phone: 7195560984, Andrea L. Pitt, Phone: 7195563493
 
E-Mail Address
david.shamburger.3@us.af.mil, andrea.pitt@us.af.mil
(david.shamburger.3@us.af.mil, andrea.pitt@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Statutory Authority for Other Than Full and Open Competition: 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. Estimated Modification Award Date: 8 September 2017 Contract Number: FA8723-16-D-0001 Synopsis: The AN/FPS-108 COBRA DANE Radar, located at Eareckson Air Station on Shemya, Alaska (AK), was originally developed and fielded in the mid-1970s and modernized in 1993 under the COBRA DANE System Modernization (CDSM) program. The CDSM program replaced many of the radar subsystems and established its current baseline system configuration and performance. CDSM was upgraded in 2004 to support the operations of the Ground-Based Midcourse Defense (GMD) Test Bed, including Integrated Ground Testing (IGT), Integrated Flight Testing (IFT), and potential Contingency Operations. The CDSM upgrade for GMD is also referred to as the COBRA DANE Upgrade (CDU); however, reference to COBRA DANE includes both the CDSM baseline and the CDU. The two missions supported by COBRA DANE are: · Missile Defense (added as part of the CDU) · Space Surveillance (legacy CDSM Mission) The COBRA DANE Bridge Contract encompasses all critical functions related to weapon system readiness. The contract requires non-personal services to cover operations, O-level maintenance, I-level maintenance, depot-level sustainment, and modification requirements for the COBRA DANE radar. The contract requires exclusive operations and maintenance of site equipment and facilities, 24 hours/day, 365 days/year, even in the event of a national emergency, to include declared or undeclared state of war. The Strategic Warning and Surveillance Systems Division (AFLCMC/HBQK) proposes to execute, by means of other than full and open competition, an extension of the ordering period for one (1) year from 1 Jan 2018 to 31 December 2018 for the existing COBRA DANE Bridge Contract (FA8723-16-D-0001) with Raytheon Technical Services Company, LLC (CAGE Code: 09XR3), 1330 Inverness Dr., Ste. 200, Colorado Springs, CO 80910. The value of this extension is estimated at $100M. Extending the ordering period is required to give the COBRA DANE Program Office the ability to effectively sustain the COBRA DANE system for current mission requirements as well as provide on-going sustainment services should there be a schedule slip in the award date for the ongoing COBRA DANE Re-Compete Contract (CDRC) source selection. CDRC offerors are advised HBQK does not expect the issuance of this extension of the ordering period to affect the award date of the upcoming CDRC. The authority permitting other than full and open competition is 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; specifically, FAR 6.302-1(a)(2)(iii)(B), the services are deemed to be available only from the original source in the case of follow-on contracts for the continued provision of highly specialized services when it is likely that award to any other source would result in unacceptable delay in fulfilling the agency's mission. The Government requests that any feedback, comments and questions be received no later than 15 August 2017 by 12:00 PM (Noon) MST, seven (7) calendar days from the date of this notice posted to www.fbo.gov. Please submit all questions, comments and feedback regarding this Notice of Contract Action (NOCA) via e-mail to the following Points of Contact: Andrea Pitt, Contracting Officer: andrea.pitt@us.af.mil David Shamburger, Contract Specialist: david.shamburger.3@us.af.mil No telephone responses will be accepted. Any information submitted by respondents to this Notice of Contract Action (NOCA) is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this NOCA. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. No classified information shall be submitted. Any response submitted by respondents to this NOCA constitutes consent for that submission to be reviewed by Government personnel, Federally Funded Research and Development Center employees and Advisory & Assistance Services contractor employees, unless the respondent clearly objects in writing to the release of this information to Federally Funded Research and Development Contractor employees and Advisory & Assistance Services Contractor employees. An AFLCMC Ombudsman has been appointed to consider and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. Before consulting the Ombudsman concerned parties should first address their concerns, issues, disagreements, and/or recommendation to the Contracting Officer for resolution. Additionally, the Ombudsman will be included in this acquisition's solicitation and contract (AFFARS 5352.201-9101). The AFLCMC Ombudsman is Lt Col Kenneth L. Decker, Jr., (Primary) AFLCMC/AQ, at kenneth.decker.1@us.af.mil. DISCLAIMER AND NOTICE: This is a courtesy NOCA only and does not constitute a commitment, implied or otherwise, that AFLCMC/HBQK, will take procurement action in this matter. This is NOT a request for proposals, applications, proposal abstracts, or quotation. This NOCA shall not be construed as an obligation on the part of the Government. Further, the Government will NOT be responsible nor reimburse any submitters of information for any cost incurred in furnishing this information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed. Information provided will be used to assess tradeoffs and alternatives available for the potential requirement Respondents are advised that the Government is under no obligation to provide feedback to respondents with respect to any information submitted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c3b9ce08204fcd2503dbe5af18f4a1aa)
 
Place of Performance
Address: Shemya, Alaska, United States
 
Record
SN04617898-W 20170810/170808232429-c3b9ce08204fcd2503dbe5af18f4a1aa (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.