Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2018 FBO #6083
AWARD

58 -- Software In-Service Support (SwISS)

Notice Date
7/18/2018
 
Notice Type
Award Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W15P7T) Division B, 6565 Surveillance Loop, Building 6001, Aberdeen Proving Ground, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W15P7T-17-R-0009
 
Response Due
8/9/2017 11:59:00 PM
 
Archive Date
8/18/2018
 
Point of Contact
Gregg Martin, , Brian Bosmans,
 
E-Mail Address
gregg.g.martin.civ@mail.mil, brian.c.bosmans.civ@mail.mil
(gregg.g.martin.civ@mail.mil, brian.c.bosmans.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Award Number
W15P-18-D-0004
 
Award Date
7/16/2018
 
Awardee
Rockwell Collins, Inc., 400 Collins Rd NE, Cedar Rapids, Iowa 52498, United States
 
Award Amount
$249.6 million maximum IDIQ ceiling
 
Description
NOTICE OF CONTRACT AWARD Software In-Service Support (SwISS) - W15P7T-17-R-0009 MA-IDIQ Synopses of Contract Award PURPOSE Program Executive Office Command Control Communication -Tactical (PEO-C3T), Program Manager Tactical Radios (PM TR), Product Manager (PdM) Waveforms has a need for Software In-Service Support (SwISS) to provide Waveform Development Environment (WDE) Ecosystem, multiple waveforms (WF) and network services (NS). The purpose of this synopses is to publicize notice of the SwISS contract award in accordance with Federal Acquisition Regulation (FAR) 5.301 and Defense Federal Acquisition Regulation Supplement (DFARS) Subpart 205.3. The Government issued a solicitation under full and open competition through the use of competitive procedures (FAR 6.101) has established a multiple award indefinite-delivery indefinite-quantity contract (FAR Subpart 16.5) with a total estimated value of $249.6 million. PERIOD OF PERFORMANCE The contracts include a five year ordering period, plus a five year optional ordering period. The Government anticipates issuing separate orders for product development, enhancement, maintenance, product improvements, or procurement as required. The period of performance for those orders will vary depending on the nature and size of the work to be performed and will be specified in the associated order. PLACE OF PERFORMANCE Place of performance will be established on the individual order level. The Government anticipates the primary place of performance to be the Contractor's site. The Contractor may be required to perform work at Government sites when necessary and/or directed by the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/10ea52fb27a8bfbe8f98e0f1d34f77b4)
 
Record
SN04997551-W 20180720/180718231236-10ea52fb27a8bfbe8f98e0f1d34f77b4 (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  © 1994-2020, Loren Data Corp.