Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 12, 2018 FBO #6167
AWARD

R -- Joint Range Extension (JRE)/Joint Range Extension Tactical Equipment Package (JTEP) - Redacted JRE J&A

Notice Date
10/10/2018
 
Notice Type
Award Notice
 
NAICS
541512 — Computer Systems Design Services
 
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
FA8574-18-R-0002
 
Archive Date
10/11/2018
 
Point of Contact
Andrea Livingston, Phone: 4789267177, Carrie J. Comstock, Capt, USAF, Phone: 478-926-1390
 
E-Mail Address
andrea.livingston.1@us.af.mil, carrie.comstock@us.af.mil
(andrea.livingston.1@us.af.mil, carrie.comstock@us.af.mil)
 
Small Business Set-Aside
N/A
 
Award Number
FA8574-18-D-0004
 
Award Date
9/26/2018
 
Awardee
Engility Corp., 35 New England Business Center Dr S<br />, Andover, Massachusetts 01810, United States
 
Award Amount
49,500,000
 
Description
JRE/JTEP J&A The Government contemplates issuance of a requirement for Contractor Logistics Support (CLS) to support sustainment of the rugged Joint Range Extension Gateway (JRE-GW) program. The resultant contract will be as follows: Basic ordering period 8 months; four 12 month ordering periods and a 6 month Option to extend services (FAR 52.217-8) for issuance of a total 62 month strategy for an Indefinite Delivery Requirements type contract. The contract line items (CLINs) that are being included on this effort are as follows: Contractor Logistics support type CLINs for Sustainment and Maintenance Service (FFP), Engineering Support Services (FFP), Repair Support Services (FFP), 24 Hour Help Desk (FFP), Software block cycle Update (FFP), Technical Order/Manuals (FFP), Training (FFP), Cybersecurity (FFP), Testing (FFP), Travel (CRNF and Data (NSP). A mixture of contract types to include Firm Fixed Price (FFP) and Cost Reimbursement (CR-NF) will be used however, the predominant contract type contemplated for this effort is Firm Fixed Price (FFP). Electronic procedures will be used for the solicitation which will be posted at www.fedbizopps.gov. The estimated solicitation issue date will be around 7 Nov 2017 with a response date of 9 Jan 2018. The sole source contractor is Engility Corporation located in Andover MA (cage code 4A457). The Government does not own the data for this procurement. The Government intends to award this contract on a sole source basis under authority 10 U.S.C 2304 (c) (1) Justification supplies or services required are available from only one or a limited number of responsible sources and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiated with only one or a limited number of sources under the authority of FAR 6.302. A determination by the Government not to compete 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. Foreign participation is not permitted at the prime contractor level. All potential offerors should contact the buyer/PCO identified above for additional information and or to communicate concerns, if any, concerning this acquisition. If your concerns are not satisfied by the contracting officers, an Ombudsman has been appointed to hear serious concerns that are not resolved through established channels. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officers, but to communicate serious contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of the proposals in the source selection process. When appropriate, potential offerors may contact Ombudsman Kimberly McDonald, Chief, Contract Policy Division, 478-222-1088. Please be prepared to identify previous contacts made by you in an attempt to resolve your concerns. This is not a commercial acquisition. Commerce Business Daily Notes (CBD) 22 and 26 apply. For assistance interpreting the CBD notes, please see the CBD Reader's Guide.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8574-18-R-0002/listing.html)
 
Record
SN05119687-W 20181012/181010230914-5a9345fd39001b9431d5eed6601638d1 (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.