Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 22, 2020 SAM #6933
SOLICITATION NOTICE

R -- C130J Long Term Sustainment LTS III

Notice Date
11/20/2020 7:47:28 AM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
FA8504 AFLCMC WLNKA ROBINS AFB GA 31098-1670 USA
 
ZIP Code
31098-1670
 
Solicitation Number
FA8504-21-R-0002
 
Response Due
12/5/2020 1:00:00 PM
 
Archive Date
12/20/2020
 
Point of Contact
Morgan White, Phone: 4789261922, Mellissa Smith, Phone: 4789266380
 
E-Mail Address
morgan.white@us.af.mil, mellissa.smith@us.af.mil
(morgan.white@us.af.mil, mellissa.smith@us.af.mil)
 
Description
AFLCMC/WLNKA intends to acquire on a sole source basis, long term sustainment support for the C-130J peculiar and mission specific systems and spares from Lockheed Martin Aeronautics. The proposed contract action includes support functions in program/project management, materiel management, sustaining engineering, logistics, depot maintenance management, product improvements, system security engineering, transition support, Conditioned Based Maintenance (CBM+), Technical Orders, other service branches and Foreign Military Sales (FMS) support. The Contractor shall provide provisions for personnel, equipment, supplies, facilities, transportation, tools, materials, supervision and other non-personal services necessary to sustain the C-130J for the duration of the contract. Lockheed Martin is the sole designer, developer, and manufacturer of the C-130J, and is the only firm that possesses the necessary knowledge, experience and technical data required to perform these efforts.� The Government does not own the data rights for the system; therefore, to avoid duplication costs, the Government intends to award the effort pursuant to the authority 10 U.S.C. 2304 (c)(1) as implemented by FAR 6.302-1. The Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302-1 � Only one responsible source and no other supplies or services will satisfy agency requirements. The anticipated contract will have a period of performance of ten (10) years with a basic and nine (9) ordering periods. This requirement will not be set-aside for small business and will be covered under NAICS code 541330. Based upon Market Research, the Government is not using policies and procedures contained in the Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, in this solicitation. This notice is not a request for competitive proposals. This synopsis is published to notify potential subcontractors that this is anticipated to be a contract awarded on a sole-source basis. The Request for Proposal (RFP) will be posted on beta.SAM. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/87431d9cb8e044bcb9de41fbb6411a6a/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05857956-F 20201122/201120230142 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.