Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 10, 2021 SAM #7314
SOLICITATION NOTICE

59 -- C5ISR Gateway to Sustainment (G2S)

Notice Date
12/8/2021 10:26:44 AM
 
Notice Type
Solicitation
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
DLA LAND AT ABERDEEN ABER PROV GRD MD 21005 USA
 
ZIP Code
21005
 
Solicitation Number
SPRBL121R0013
 
Response Due
9/10/2021 1:30:00 PM
 
Archive Date
04/30/2022
 
Point of Contact
Megan Luber, Kenneth Acquaviva
 
E-Mail Address
MEGAN.LUBER@DLA.MIL, kenneth.acquaviva@dla.mil
(MEGAN.LUBER@DLA.MIL, kenneth.acquaviva@dla.mil)
 
Description
1. The Gateway to Sustainment (G2S) solicitation SPRBL1-21-R-0013 is being designed to purchase a wide range of Command, Control, Computers, Communications, Cyber, Intelligence, Surveillance and Reconnaissance (C5ISR) supplies and services supporting the U.S. Army Communications-Electronics Command (CECOM), the Defense Logistics Agency (DLA), the Department of Defense (DoD) and any Federal Government Agency. However, the primary customer is intended to be CECOM. 2. The estimated award is in March/April 2022. 3. The total contract award dollar amount for all orders placed against any contract(s) resulting from the solicitation shall not exceed $3,200,000.00 ($3.2B) over the ten (10) year period of performance which is expected to include a five (5) year base period and up to five (5) one (1) year unilateral option periods. This is the combined maximum ceiling, meaning no more than $3.2B will be obligated against all contracts awarded. There is a guaranteed minimum of $10,000.00 per awardee. 4. Federal Acquisition Regulations (FAR) Part 15 - Contracting by Negotiation procedures apply to this acquisition. The solicitation is being released under Full and Open Competition and is anticipated to result in Indefinite-Delivery, Indefinite-Quantity (IDIQ) multiple-award contract(s) with a reservation for one or more small business prime Contractors. Once awarded, orders will be competed amongst the contract holders. The solicitation requires submission of a Small Business Commitment Document that targets a minimum of 40% to small businesses based on the value of the awarded orders. In addition, the contract(s) will also provide the Government the right to set-aside orders under $250,000.00 for the small business prime Contractor(s). 5. Copies of the Exhibits/Attachments�are included with the solicitation. 6. The Technical Data Packages (TDPs) will be made available per the instructions in the solicitation. 7. Some of the TDPs for this acquisition may be subject to the International Traffic in Arms Regulations (ITAR). This information shall not be provided to non-U.S. persons or transferred by any means to any location outside the United States. A company wishing to receive the TDPs must have an active status in the Defense Logistics Agency Joint Certification Program (JCP) and complete the Non-Disclosure Agreement (NDA) included as an attachment to the solicitation. Once the Government has received the completed/signed NDA and your company Commercial and Government Entity (CAGE) Code has been verified to have an active status in JCP, the TDPs will be provided via the DoD Safe Access File Exchange (SAFE) website. You would then receive an electronic mail message from the DoD SAFE website (https://safe.apps.mil/) with a link and password to access the documents. 8. Product Service Code 5998 and North American Industry Classification System (NAICS) Code 334419 were selected by the Government as the codes most representative for the types of supplies and services anticipated to be included in this solicitation and any resultant contract(s). The Small Business Administration (SBA) size standard for small businesses under NAICS Code 334419 is 750 employees. * Solicitation posting updated for amendment 0001. Refer to the amendment document(s) for details. * Solicitation posting updated for amendment 0002. Refer to the amendment document(s) for details. * Solicitation posting updated for amendment 0003. Refer to the amendment document(s) for details. * Solicitation posting updated for amendment 0004. Refer to the amendment document(s) for details. * Solicitation posting updated for amendment 0005. Refer to the amendment document(s) for details. * Solicitation posting updated for amendment 0006. Refer to the amendment document(s) for details. * Solicitation posting updated for amendment 0007. Refer to the amendment document(s) for details.� Note the following: � � --�The respective time limits have been reached for requesting Technical Data Packages (TDPs) per Narrative A0001, submitting written questions per Section L.1.6, and requesting a Government DoD Secure Access File Exchange drop-off (i.e., upload) code per Section L.1.11. � � --�Since the Government does not anticipate any further extensions or amendments prior to the solicitation closing, a conformed/consolidated copy of the solicitation is also being provided by the Government that incorporates amendments 0001 through 0007. Offerors may include a completed/signed copy of the conformed solicitation in lieu of the individually completed and signed copies of the solicitation/amendments individually. * Solicitation posting updated: � � --�The�estimated award is in March/April 2022.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/86827bf713d142809f88511e58d0c8fd/view)
 
Record
SN06194017-F 20211210/211208230133 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.