SPECIAL NOTICE
R -- Synopsis
- Notice Date
- 1/20/2016
- Notice Type
- Special Notice
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W56KGY) Division C, 6001 COMBAT DRIVE, Aberdeen Proving Ground, Maryland, 21005-1846, United States
- ZIP Code
- 21005-1846
- Solicitation Number
- W56KGY-16-R-0007
- Archive Date
- 3/5/2016
- Point of Contact
- Meghan Dougherty, Phone: 4438615394, Stephanie A. Davis, Phone: 4438615391
- E-Mail Address
-
meghan.c.dougherty.civ@mail.mil, stephanie.a.davis1.civ@mail.mil
(meghan.c.dougherty.civ@mail.mil, stephanie.a.davis1.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Action: Synopsis Date: January 20, 2016 Contracting Office Zip Code: 21005 Classification Code: R Contracting Office Address: 6001 Combat Drive, Aberdeen Proving Grounds, MD 21005 Subject: Synopsis of CDL/SATCOM IDIQ Proposed Solicitation No: W56KGY-16-R-0007 Closing Response Date: February 19, 2016 1600 EST Points of Contact: Contracting Officer: Stephanie Davis, stephanie.a.davis1.civ@mail.mil Contracts Specialist: Meghan Dougherty, meghan.c.dougherty.civ@mail.mil Contract Dollar Amount: $499,000,000.00 Contract Award Date: On or before November 1, 2016 Contractor: L-3 Communications, Communications Systems West Description: The United States Army Contracting Command, Aberdeen Proving Ground (ACC-APG), MD 21005, intends to solicit and award a new five year Indefinite-Delivery-Indefinite Quantity (IDIQ) contract, Sole Source Firm-Fixed-Price (FFP), Cost-Plus-Fixed-Fee (CPFF) and Cost Reimbursement (CR) contract to L-3 Communications, Communications Systems West. In accordance with 10.USC 2304(c)(1) and FAR 6.302-1(c), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements, for Army Common Data Link/Satellite Communications (CDL/SATCOM) support to include 100% Contractor Logistics Support (CLS) for applicable U.S. Army systems and components. This requirement provides CDL/SATCOM systems interoperability in order to supply near real time actionable Intelligence, Surveillance and Reconnaissance (ISR) data to the soldier. The CDL/SATCOM systems provide sustainment and cradle-to-grave protection of the systems and components both CONUS and OCONUS. These systems and components are currently deployed worldwide for continuous ISR operations on multiple systems. Security classification for CDL/SATCOM is covered by the Common Data Link Security Classification Guide (SCG) dated 1 March 2011, the Communications Technology SCG dated 22 December 2011, and the SCG for Distributed Common Ground System - Army (DCGS-A) dated 28 May 2015. This sustainment and support requirement for the U.S. Army CDL/SATCOM Programs for the Period of Performance (PoP) 1 November 2016 through 31 October 2021. Support is required for multiple U.S. Army and Department of Defense (DoD) including but not limited to ISR Programs employing Airborne and Ground Line-of-Sight (LOS) CDL systems and U.S. Army Ground SATCOM systems. ISR Programs to be supported shall include, but not limited to, Guardrail Common Sensor (GRCS), all variants of Enhanced Medium Altitude Reconnaissance and Surveillance System (EMARSS), Airborne Reconnaissance Low (ARL), Saturn Arch, Distributed Common Ground Systems-Army (DCGS-A) to include Operational Intelligence Ground Station (OGS) and Tactical Intelligence Ground Station (TGS), Tactical Exploitation of National Capabilities (TENCAP), and Airborne Management Office (AMO) Message Guards. Additionally, requirements shall include support for other US Government agencies and DoD services for manned and unmanned Airborne and Ground CDL systems, Ground SATCOM systems, and Space-Based CDL systems as approved by ACC-APG. The CDL/SATCOM requirement Contract Line Item Number structure is based on the following: Program Management Office (PMO), Contractor Field Service Representatives (CFSRs), Travel, Property Administration, Specialized Repair Activities (SRA) Management, Repairs, Pass-Through Procurements, and Technical Data and Reports. L-3 is the only source that possesses the technical data (drawing and interface control documents) for production or repair. Additional Info: We are the Army Contracting Command-Aberdeen Proving Ground (ACC-APG). Under direction of the U.S. Army Contracting Command, we provide global contracting support to a diverse customer base in support of the Warfighter. Place of Contract Performance: Worldwide Set-Aside Status: In accordance with 10.USC 2304(c)(1) and FAR 6.302-1(c), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. This notice of intent is not a request for proposals or quotes. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract lies solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive requirement in the future. Interested parties may identify their interest and capabilities to respond to the requirement, which if received within 15 calendar days of publication of this notice, shall be considered by the agency. All responses must be submitted to the Government point of contact at the email address shown below. A determination by the Government not to open the requirement to competition based upon the responses to this notice is solely within the discretion of the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ec1f69d154bbe5b6639d288605e84a0a)
- Record
- SN03995974-W 20160122/160120234310-ec1f69d154bbe5b6639d288605e84a0a (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 |