Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 16, 2022 SAM #7351
SOLICITATION NOTICE

58 -- Next Generation ManPack Radio

Notice Date
1/14/2022 7:53:39 AM
 
Notice Type
Presolicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
HQ USSOCOM TAMPA FL 33621-5323 USA
 
ZIP Code
33621-5323
 
Solicitation Number
PRESOLNGMP
 
Response Due
1/22/2022 1:30:00 PM
 
Archive Date
01/23/2022
 
Point of Contact
Jennifer S. Pruente, Charlotte Montoya
 
E-Mail Address
jennifer.s.pruente.civ@socom.mil, charlotte.k.montoya.civ@socom.mil
(jennifer.s.pruente.civ@socom.mil, charlotte.k.montoya.civ@socom.mil)
 
Description
Request For Information: The notice is for informational purposes only IAW FAR 5.203(a).� �� This is not a formal Request for Quote (RFQ) or proposal (RFP).� Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement.� Reference the attached draft Justification and Approval (J&A) for additional information. United States Special Operations Command (USSOCOM) has the need to incorporate (via contract modification) two additional Ordering Periods (OP) and an increase to the maximum contract ceiling value from $255,000,000.00 to $552,200,000.00 ($297.2M increase) to Indefinite Delivery, Indefinite Quantity (IDIQ) contract, H92222-17-D-0021, for STC NGMP AN/PRC 167 Radios with L3Harris Technologies, Inc., 1860 University Avenue, Rochester, NY 14610. As previously announced in the Request for Information (RFI), (RFINGMP) posted on 24 November 2021, the above contract is currently set to expire on 12 June 2023 and due to significant production delays, USSOCOM was not able to begin replacing legacy radios as originally planned. Therefore, it is necessary to increase the original six-year OP by two years for a new total of eight OPs to fully execute the CERP of the legacy MP radios. It is also necessary to increase the current contract maximum ceiling value of $255,000,000 by $297,200,000. The modification will be executed under the authority of FAR 6.302-1(a)(2)(ii), only one source is capable of satisfying the agency's requirements. �This determination is based on the fact that L3Harris is the sole manufacture of this NGMP radio and all associated ancillaries. As such, the hardware, software, and associated technical data necessary for production and to provide the related ancillary equipment are proprietary to L3Harris.� Moreover, the Government has determined that acquiring a new NGMP radio at this time would cause substantial duplication of cost to the Government that is not expected to be recovered through competition and would result in unacceptable delays in fulfilling the agency's requirements. That said, IAW FAR 5.207(c)(16)(ii), all responsible sources may submit additional capability statements that will be considered by the agency. Any party responding to this notice shall send clear, factual documentation demonstrating their ability to execute this requirement given the information provided herein. NOTE: The Government believes that acquiring a new NGMP radio variant at this time would cause substantial duplication of cost to the Government that is not expected to be recovered through competition and would result in unacceptable delays in fulfilling the agency's requirements. The L3Harris PRC-167 was competitively selected as the SOF NGMP radio to replace our legacy radios in 2017 with the first radios being fielded just recently in late 2020.� Therefore, as outlined in the attached draft J&A, a complete replacement of all legacy radios will not be completed for some time and given the five-year warranty associated with these radios, USSOCOM currently has no plans to purchase an alternate capability at this time. Therefore, capability statements must demonstrate the ability to provide an alternate capability that not only meets all the key capabilities of the NGMP radio, and is both is both NSA and JTIC certified, but also offers increased capabilities that outweigh the substantial duplication of cost to the Government and significant delays in fulfilling our mission requirements that would be associated with introducing this new capability at this time. All replies must be provided to the Government no later than Monday, 22 January 2022, at 4:30 p.m.. Eastern Standard Time.� All inquiries and responses concerning this action shall be sent in writing via email to both: jennifer.s.pruente.civ@socom.mil AND charlotte.k.montoya.civ@socom.mil. Senders are responsible for ensuring the complete transmission and timely receipt. All inquiries to this notice shall be sent via e-mail to jennifer.s.pruente.civ@socom.mil and charlotte.k.montoya.civ@socom.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3933b2ba74ea40eeb354d0e1cbd28490/view)
 
Record
SN06218204-F 20220116/220114230103 (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.