SOURCES SOUGHT
99 -- TRAX/ATRAX RFI
- Notice Date
- 5/27/2022 4:47:13 AM
- Notice Type
- Sources Sought
- 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
- TRAXRFI
- Response Due
- 6/6/2022 1:00:00 PM
- 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
- The notice is for informational purposes only IAW DFARS PGI 206.302-1(d).� 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.� United States Special Operations Command (USSOCOM) has the need to increase the ceiling value of our current Indefinite Delivery, Indefinite Quantity (IDIQ) contract, H92401-18-D-0006, for Tactical Radio Application eXtension (TRAX) support with Sierra Nevada Corporation (SNC) 444 Salomon Circle, Sparks, NV 89434. TRAX capabilities are an integral part of the Digitally Aided Close Air Support Gateway SOF (DACAS-G-S) system fielded across the USSOCOM communications spectrum.� This contract supports maintenance, integration, training, aircraft demonstrations, exercise support for fielded systems, and Field Service Representative (FSR) support.� Moreover, this support includes software assurance for existing Enterprise License Agreements (ELAs) on TRAX v2.0, TRAX Application Program Interface (API), Android TRAX (ATRAX), TRAX Tactical Assault Kit (TAK) Plug-in, and future TRAX software improvements/upgrades and the TRAX software meets Joint Interoperability Test Command (JITC) certification requirements.� USSOCOM has procured enterprise licensing from SNC allowing proliferation of the capability throughout USSOCOM.� The above contract is currently set to expire on 23 August 2023 and, due to the higher than anticipated proliferation of the TRAX capability throughout the USSOCOM Special Operation community, the current contract ceiling value is not adequate to ensure continued support. In the last two ordering years, there has been a growth rate of 72% in obligation under the contract, with $16.4M being obligated last ordering year.� Due to fluidity of the requirements and changes in operational demands, it is estimated that the Special Operations community will require a similar obligation rate this year as last year, at $13.6M, and that this rate will increase again over the next ordering year to meet mission needs.� Therefore, it is necessary to increase the current contract ceiling by $16.7M. 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 SNC is the original equipment manufacturer (OEM) and sole developer of TRAX/ATRAX software and given the fact that the Government did not purchase unlimited rights, no other company can provide the appropriate software updates/upgrades and level of support to sustain existing TRAX/ATRAX software systems. Per 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. NOTE: Given that this contract is not set to expire until late FY23, SOCOM currently has no plans to purchase an alternate capability at this time, but rather to continue to sustain TRAX/ATRAX. Therefore, capability statements must demonstrate the ability to either a. provide this sustainment in lieu of SNC, or b. provide an alternate capability that not only meets all the key capabilities of the SNC TRAX/ATRAX software and is Joint Interoperability Test Command (JITC) 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 Tuesday, June 6th 2022, at 4:00 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. Contracting Office Address: 7701 Tampa Point Blvd MacDill AFB, Florida 33621-5323
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c0fc2b7cfee8478c89715b84fe6e00ed/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06341618-F 20220529/220527230104 (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 |