Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 29, 2023 SAM #8037
SOLICITATION NOTICE

70 -- C-5 Software Sustainment Services

Notice Date
11/27/2023 8:43:41 AM
 
Notice Type
Presolicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
FA8525 AFLCMC WLSKA ROBINS AFB GA 31098-1670 USA
 
ZIP Code
31098-1670
 
Solicitation Number
FA8525-24-R-0002
 
Response Due
1/18/2024 2:00:00 PM
 
Archive Date
02/02/2024
 
Point of Contact
Alisha Foster, Erica Martin
 
E-Mail Address
alisha.foster.2@us.af.mil, erica.martin.2@us.af.mil
(alisha.foster.2@us.af.mil, erica.martin.2@us.af.mil)
 
Description
This effort is for a 6-year, (Cost Plus Fixed Fee, Firm Fixed Price, Cost Reimbursement No Fee) Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide software sustainment updates for the C-5 aircraft. The effort includes software product and supporting product deliverables for the Software Maintenance contract for the C-5M aircraft. The product deliverables from task orders awarded under this contract shall include Software Updates (SU) that address Deficiency Reports (DRs), engineering analysis of service-related software deficiencies, and provide software engineering data support. The product deliverables shall go through Formal Qualification Testing (FQT) and be a C-5M compatible aircraft Operational Flight Program (OFP) with supporting certification artifacts and documentation. This requirement will consist of one basic ordering period of 12 months and 5 annual ordering periods. FAR Part 6 and FAR Part 15 will be utilized. The Government has determined that this effort will be a sole source contract to Lockheed Martin Aeronautics (LMA), Cage Code: 98897, IAW FAR 6.302-1 � Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Foreign Participation is not permitted at the prime contractor level. Electronic procedures will be used for the solicitation. Interested sources are encouraged to monitor the SAM. Gov website for the posting of the Request for Proposal (RFP) and applicable attachments. The RFP is anticipated to be relesaed on or after 19 Jan 2024.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3dc629461a3740f199237b373f17f2cd/view)
 
Place of Performance
Address: Marietta, GA, USA
Country: USA
 
Record
SN06895041-F 20231129/231127230047 (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.