Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2018 FBO #6111
SOLICITATION NOTICE

58 -- Emergency Depot Level Maintenance Support for the AN/FPS-117 - FA821718R5014 - Contract Data Requirement Lists - Preformance Work Statement

Notice Date
8/15/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
 
ZIP Code
84056
 
Solicitation Number
FA8217-18-R-5014
 
Archive Date
8/15/2019
 
Point of Contact
Matthew John Loffredo, Phone: 8017778666
 
E-Mail Address
Matthew.Loffredo@us.af.mil
(Matthew.Loffredo@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement for EDLM CDRLs for Option Year 2 (3rd year of Contract) CDRLs for Option Year 1 (2nd year of Contract) CDRLs for the Basic Year of the Contract Request for Proposal The Atmospheric Early Warning Systems (AEWS) System Program Office (SPO), located at Hill AFB in Ogden, Utah has a requirement for a contractor to provide User Support and Emergency Depot Level Maintenance (EDLM) Services for the AN/FPS-117(V)1/4 Long Range Radar system and Maintenance Control System (MCS) sites. These radars support various CONUS locations. The Government intends to award a sole source contract to Lockheed Martin Corporation (LMC). The following is a statement of reason justifying the lack of competition. User Support and EDLM will be an engineering services contract. The scope includes providing engineering services via the User Support effort and emergency on-site technical and engineering services to resolve red condition AN/FPS-117 that cannot be repaired by the field maintenance technicians or through telephone contact with Government personnel at the EFAC or on-line maintenance efforts. The Contractor support may include telephone and/or on-site support to radar sites and MCS's, remote troubleshooting, design/drawing research and analysis. This effort requires that a contractor have inherent knowledge of the AN/FPS-117 radar system specifications, operations, and mission requirements and access to the Monitoring and Fault Isolation (MFI) software to review faults reported by the system and determine if the software is functioning correctly. The MFI software is proprietary to Lockheed Martin Corporation (LMC) with the Government having limited data rights. The contractor must possess AN/FPS-117 hardware and software expertise to successfully complete this effort. The Agency conducted a sources sought synopsis to determine whether any other sources could fulfill the requirement. The Agency considered all responding sources and recommended courses of action. There were no responding sources from the sources sought synopsis other than the incumbent (LINK: https://www.fbo.gov/spg/USAF/AFMC/OOALC/EDLM_USER_SUPPORT_117_RADER/listing.html ) To develop additional sources will require the Government to fund a contractor to redevelop the MFI software and other proprietary engineering data that identifies the AN/FPS-117 Radar System. The Agency contacted the incumbent to determine if they were interested in a partnership and their response was "no". The Agency determined that only one source will satisfy this requirement to provide engineering services via the User Support effort and emergency on-site technical and engineering services to resolve red condition AN/FPS-117 that cannot be repaired by the field maintenance technicians or through telephone contact with Government personnel at the EFAC or on-line maintenance efforts. In accordance with FAR 6.302.1 the Agency determined from market research that these services and supplies are deemed to be available only from the original source for the continued development of this highly specialized equipment. It is likely that award to any other source would result in: (A) Substantial duplication of cost to the Government that is not expected to be recovered through competition, and (B) Unacceptable delays in fulfilling the agency's requirements. (See 10 U.S.C. 3304 (b)(2)) or 41 U.S.C. 253 (d)(1)(B).) All responsible sources may submit a capability statement, proposal or quotation which shall be considered by the agency. Interested sources may also obtain the solicitation and Performance Work Statement (PWS) on this synopsis per FAR 5.207(c)(17) by contacting the POC below and providing a valid and current signed DD 2345 form. The PWS is an export controlled document Distribution Statement D.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8217-18-R-5014/listing.html)
 
Record
SN05038203-W 20180817/180815231119-82a07f2fefe8f0737970b17d0754293a (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.