Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 19, 2014 FBO #4743
SPECIAL NOTICE

K -- ARC-210 Communication System Upgrade and Changes to Baseline Configuration - Justification for Sole Source - Statement of Work

Notice Date
11/17/2014
 
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
HSCG23-15-R-MAV045
 
Archive Date
12/16/2014
 
Point of Contact
James Robinson, Phone: 5712377605, Tirene Crowell, Phone: 2024753734
 
E-Mail Address
James.R.Robinson@uscg.mil, Tirene.Crowell@uscg.mil
(James.R.Robinson@uscg.mil, Tirene.Crowell@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work Justification for Sole Source The United States Coast Guard (USCG), Office of Contract Operations, Formal Contract Division III, intends to award a sole source contract under the authority of 10 USC 2304(c)(1), "Only One Responsible Source and No Other Supplies or Sources will Satisfy Requirements," as implemented by FAR 6.302-1. The USCG intends to award to Gulfstream Aerospace Corporation (Georgia), 500 Gulfstream Road, Savannah, GA, 31408. The purpose of the work is to complete an ARC-210 communication system upgrade on the USCG Gulfstream C-37A aircraft, Serial #: 653, used as a Long Range Command and Control Aircraft (LRCCA). Completion of these requirements will require engineering and other technical drawings and the completion of FAA Airworthiness Certification. Gulfstream holds the proprietary data rights to the aircraft, and any changes to the baseline configuration will need to be maintained by Gulfstream, as the airframe is not a military aircraft. The action resulting from this intent to award/synopsis will result in one firm fixed price contract with a 1 year period of performance. The NACIS code for this requirement is 241330 with a Small Business Set Standard of $15 million. This notice of intent to sole source is not a solicitation or request for information. No contract will be awarded on the basis of responses received to this notice. However, if you wish to respond to this notice, your response must include the following information: A) A written narrative of capability including technical information demonstrating the ability to meet the requirements which must include access to the proprietary data owned by Gulfstream. B) Responses sufficient enough for the Government to establish that the Contractor posses a bona-fide capability to meet the requirement. C) Business size and category information Failure to submit all documentation listed above shall result in the Government in the Government proceeding with the sole source. A determination by the Government to open the requirement to competition may be considered based upon the responses to the synopsis, but will be up to the Government's discretion based upon your response. Written responses must be received before 15 days after the publication of this notice. Please see the attached documentation for the approved sole source justification and the draft Statement of Work.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-15-R-MAV045/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN03574738-W 20141119/141117234355-0909d0d102a2704103b9263f196de9d1 (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 |
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.