Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 19, 2018 FBO #6021
MODIFICATION

58 -- Embedded Global Positioning System/Inertial Navigation System (EGI)

Notice Date
5/17/2018
 
Notice Type
Modification/Amendment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
FA8523-11-R-30649
 
Archive Date
6/15/2018
 
Point of Contact
Rebecca Peterson, Phone: 443-861-4863, Oya M. Harrison, Phone: (478)926-7000
 
E-Mail Address
rebecca.j.peterson20.civ@mail.mil, Oya.Harrison@us.af.mil
(rebecca.j.peterson20.civ@mail.mil, Oya.Harrison@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This amendment to the synopsis is to announce that the Air Force Life Cycle Management Center (AFLCMC), Agile Combat Support (ACS) Program Executive Office (PEO), Electronic Warfare and Avionics Division, Position Navigation Timing - Program Office (PNT-PO), Robins AFB, GA, AFLCMC/WNKE (Robins) intends to award a contract modification to incorporate United States (US) Army Enhanced Aviation Global Air Traffic Management (GATM) Localizer Performance with Vertical Guidance (LPV) Embedded Global Positioning System and Inertial Navigation System (EGI) Military-Code (M-Code) (EAGLE-M) configuration development and Resiliency and Software Assurance Modification (RSAM) into the EGI Production and Sustainment (P&S) Indefinite Delivery/Indefinite Quantity (IDIQ) contract FA8540-13-D-0002 for the Army Contracting Command-Aberdeen Proving Ground (ACC-APG). The contracting activity for this requirement is AFLCMC/WNKE (Robins) and ACC-APG (Army). This additional scope of work will be Cost Plus Fixed Fee (CPFF) with anticipated award of the modification on 4 June 2018. ACC-APG will proceed to award two decentralized task orders for the services after award of the modification. Both task orders (EAGLE-M and RSAM) will have a 24 month period of performance (PoP) with EAGLE-M anticipated to award on 5 June 2018 and RSAM, 31 July 2018. The Government intends to solicit Honeywell International Inc. 13350 US Highway 19 North, Clearwater, FL 33764 for the requirements described herein. CAGE code 0BFA5. The statutory authority permitting other than full and open competition is 10 U.S.C. 2304(c)(1). The Government does not own or possess rights to technical data to facilitate competitive procurement from any other source. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. This synopsis is NOT to be construed as a commitment by the Government, or as a Request for Proposals. Interested parties may identify their interest and capability by submitting a Statement of Capabilities to Ms. Oya Harrison (Oya.Harrison@us.af.mil). A determination by the Government whether or not to compete the instant contract based upon an assessment of responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether or not to conduct a competitive procurement. The place of contract performance will be at the contractor's facility and/or the USG facilities. The majority of the work will be performed at the contractor's facility. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within thirty days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8523-11-R-30649/listing.html)
 
Record
SN04926917-W 20180519/180517231155-4cca64c6d468f5eec73b9513d3d5c56d (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.