Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 24, 2023 SAM #7879
SPECIAL NOTICE

99 -- Notice of Intent to Sole Source: SDA Tranche 2 (T2) Ground Management and Integration (GMI)

Notice Date
6/22/2023 12:18:41 PM
 
Notice Type
Special Notice
 
Contracting Office
FA2401 SPACE DEVELOPMENT AGENCY SDA CHANTILLY VA 20151-2222 USA
 
ZIP Code
20151-2222
 
Solicitation Number
SDA-SN-23-0016
 
Response Due
7/8/2023 1:00:00 PM
 
Archive Date
07/23/2023
 
Point of Contact
osd.pentagon.ousd-r-e.mbx.sda-sn-23-0016@mail.mil
 
E-Mail Address
osd.pentagon.ousd-r-e.mbx.sda-sn-23-0016@mail.mil
(osd.pentagon.ousd-r-e.mbx.sda-sn-23-0016@mail.mil)
 
Description
The Space Development Agency (SDA) intends to award a sole-source contract to General Dynamics Mission Systems (GDMS; CAGE 1VPW8), for the Proliferated Warfighter Space Architecture (PWSA) Ground Management and Integration (GMI) effort. �GDMS shall provide all services required for the evolution, expansion, integration, testing and maintenance of the ground entry points, operations centers, enterprise test and checkout capabilities and infrastructure management, including all development, systems engineering, integration, testing, maintenance, and site support.�The PWSA GMI effort will mature the ground components from the existing GDMS awarded Tranche 1 Operations and Integration (O&I) contract. PWSA GMI effort will establish a robust, integrated, and extensible enterprise Ground Segment architecture, leveraging commercial cloud infrastructure in alignment with an aggressive launch and capability expansion campaign. Market research conducted to date by the Government includes a full and open Broad Area Announcement (BAA) call for proposals for Tranche 2 (T2) Ground Management and Integration concepts study,�released in Dec 2022. A comprehensive analysis of the competitively-selected responses received from this effort, indicate that a sole source award to GDMS is justified in accordance with 10 U.S.C. � 2304(d)(1)(B), as implemented by FAR 6.302-1(a)(2)(ii), as it is likely that award to any other source would result in substantial duplication of cost to the Government that is�not expected to be recovered through competition and unacceptable delays in fulfilling the agency�s requirements. �An organizational assessment of pre-existing Conflict of Interest (COI) exclusions also supports the determination of sole source award to GDMS.� The planned cost reimbursable contract is anticipated to be awarded in September 2023.� The contract will consist of a three (3)-year base period with two (2) one (1)-year option periods, is expected to have Contract Line Item Numbers (CLINs) inclusive of fixed price scope, and will be structured to support separation of scope/tasks for future competitive opportunity. This notice of intent is not a request for competitive proposals and no solicitation will be issued. � Any responses to this notice must demonstrate clear and convincing evidence that competition would be advantageous to the Government and would not hinder the timeline or mission objectives of the PWSA GMI effort. �Any response shall include the following information:� 1) the business� demographic information showing responsibility and qualification in accordance with FAR Part 9; 2) specific exception to the intent to procure on a sole source basis; 3) technical data showing the capabilities of the respondent to perform the work listed above.� The response must provide�clear, convincing and unambiguous�evidence to substantiate the capability of the respondent to provide the required services as listed above.�� A request for documentation or additional information or submissions that only ask questions will not be considered an affirmative response to this notice.� The determination not to compete this proposed contract action is solely within the discretion of the Government. Any responses received will be assessed for the purposes of determining a compelling basis to conduct a competitive procurement.� The Government will not be responsible for any costs incurred by responding to this notice. Responses, to include capability statements, proposals or quotations, shall be sent via email only to osd.pentagon.ousd-r-e.mbx.sda-sn-23-0016@mail.mil, no later than 8 July 2023, at 4:00 PM ET. �The e-mail shall contain the following within the subject line: Response to Notice of Intent to Sole Source SDA-SN-23-0016.� It is the responsibility of the respondent to contact the Government to confirm receipt prior to the above due date and time. Responses submitted after this deadline will not be addressed.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1a19c9cbbeeb45b09bff3e4a7e2ad972/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06724123-F 20230624/230622230110 (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.