SPECIAL NOTICE
C -- Engineering Services and Maintenance Support for the Prototype Tactical Cryptologic Afloat System
- Notice Date
- 2/18/2014
- Notice Type
- Special Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, 2703 MARTIN LUTHER KING JR AVE SE, STOP 7828, Washington, District of Columbia, 20593-7828, United States
- ZIP Code
- 20593-7828
- Solicitation Number
- HSCG23-14-R-RXN123
- Archive Date
- 3/20/2014
- Point of Contact
- Sandra A. Queen, Phone: (202) 475-3218, Miranda M. Collins, Phone: (202) 475-3737
- E-Mail Address
-
sandra.a.queen@uscg.mil, miranda.m.collins@uscg.mil
(sandra.a.queen@uscg.mil, miranda.m.collins@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Subject: Synopsis of Proposed Contract Action for the United States Coast Guard (USCG) Office of Intelligence, Surveillance, and Reconnaissance, (CG-263). 1. Action Code. Notice of Proposed Contract Action. 2. Date. 18 February 3. Year. 2014 4. Contracting Office Zip Code. 20593 5. Classification Code: C- Architect and Engineering Services 6. Contracting Office Address. 2703 Martin Luther King Jr. Ave., Washington, DC 20593 7. Subject. Engineering Services and Maintenance Support for the Prototype Tactical Cryptologic Afloat System 8. Proposed Solicitation Number. HSCG23-14-R-RXN123 9. Closing Response Date. 5 March 2014 10. Contact Point or Contracting Officer. Contract Specialist, Sandra Queen, (202) 475-3218, Contracting Officer, Miranda M. Collins, (202) 475-3737. 11. Contract Award and Solicitation Number. 12. Contract Award Dollar Amount. To Be Determined 13. Contract Line Item Number. To Be Determined 14. Contract Award Date. To Be Determined 15. Contractor. ARGON ST, Inc. 16. Description. The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. The United States Coast Guard (USCG) intends to issue a sole source contract to ARGON St, Inc. to support the USCG Office of Intelligence, Surveillance, and Reconnaissance for engineering services required to operate and support the existing Tactical Cryptologic Afloat (TCA) Program prototype system. The TCA program prototype system is a highly specialized Coast Guard-specific prototype program using ARGON ST's proprietary technology. This system is based on the United States Navy AN/USQ-137(V) Ships Signal Exploitation Equipment Increment E (SSEE INC E) Program of Record. This network system is installed aboard select Coast Guard Cutters under the USCG Afloat Crypotologic Program. ARGON ST is the original equipment manufacturer and sole source of the technology directly used to operate and support the prototype TCA program system. There are no known distributers or resellers. The contractor shall plan for and provide engineering services and maintenance support for the prototype tactical cryptologic afloat system, which includes depot-level maintenance activities and technical support. The contractor shall also plan for and provide Information Assurance support to include accreditation compliance, project-related travel and operator/maintainer training efforts during the transition period from prototype to the disposition/sunset phase of the system. The Goverment intends to award a one (1) 12-month base period and two (2) 12-month option periods. 17. Place of Contract Performance. Primary Place of Performance will be Portsmouth Va, and USCG HQ Washington, DC. In addition to: Contractor Site, Fairfax Va, National Capital Region, Other facilities in the Washington, DC metro area, NSA Ft. Meade, MD and Operating Area (OPAREA) of Cutters. 18. Set-aside Status. No. 19. Interested parties may identify their interest and capability to respond to this requirement, via email no later than 5 March 2014, to Sandra Queen at sandra.a.queen@uscg.mil and Miranda M. Collins at miranda.m.collins@uscg.mil. Responses to this notice shall contain sufficient documentation to establish the responder's capability to effectively maintain the prototype system without disruption to current prototype, cost, schedule and performance. Responses to this notice shall be evaluated solely for the purpose of determining whether or not to conduct this requirement on a competitive basis. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. This notice of intent is not a request for competitive proposals. All correspondence must be sent to the email addresses listed above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-14-R-RXN123/listing.html)
- Record
- SN03290728-W 20140220/140218234751-2555c1dc049d0d6819710b7968249246 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |