SPECIAL NOTICE
99 -- Sole Source Extension of the SPAWAR (PAC/LANT/HQ) GLOBAL C4ISR INSTALLATION CONTRACT
- Notice Date
- 4/6/2017
- Notice Type
- Special Notice
- Contracting Office
- 4301 Pacific Highway Bldg OT4 Code 02, San Diego CA 92110-3127
- ZIP Code
- 92110-3127
- Solicitation Number
- N00039_SNOTE_000E1646
- Archive Date
- 4/21/2017
- E-Mail Address
-
Contract Specialist
(chris.thompson1@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- SPACE AND NAVAL WARFARE SYSTEMS COMMAND (SPAWAR), in support of the Fleet Readiness Directorate (FRD), intends to extend on a sole source basis the Global C4ISR Installation Multiple Award Contract (GIC), which is for all afloat (includes ship and submarine) and shore-based C4ISR, and supporting systems, current and future excluding the Navy Marine Corps Intranet (NMCI). The contractors are required to perform the services described in the SOW for all C4ISR systems under the cognizance of the SPAWAR community. The C4ISR installations are performed on shore facilities, surface ships, submarines, special purpose crafts and other vehicles. The purpose of this synopsis is to announce the sole source extension of contracts N00039-11-D-0030 (AMSEC, LLC), N00039-11-D-0031 (Leidos), N00039-11-D-0032 (SERCO, Inc), N00039-11-D-0033 (VT Milcom), N00039-15-D-0034 (KBRWyle), and N00039-15-D-0035 (M.C. Dean). SPAWAR is currently in the acquisition planning phase for the award of the follow-on contracts to the GIC. Currently, these six (6) contractors are considered to be the only sources that can perform the Governments requirements until such time that the follow-on contracts can be competed and awarded. This planned contract action will increase the ceiling value of the MAC by $500,000,000, and the ordering period by six (6) months, with two (2) three-month options for a total extension of twelve (12) months if all options are exercised. The proposed contract action is for services with the Government intends to solicit and negotiate with only the above mentioned sources under the authority of 10 U.S.C. 2304(c)(1) and FAR part 6.302-1(a)(2). This action will be justified by a J&A which will be posted in accordance with FAR 6.305. Responses to this notice are required no later than 15 days after the issuance of this synopsis. Reponses shall be submitted to Travis Cowsert at travis.cowsert@navy.mil and Chris Thompson at chris.thompson1@navy.mil. This notice of intent is not a request for competitive proposals. RESPONSES IN ANY FORM ARE NOT OFFERS, AND THIS ANNOUNCEMENT DOES NOT COMMIT THE GOVERNMENT TO CONTRACT FOR ANY SUPPLIES OR SERVICES. The Government is not seeking marketing material and any information provided will not be considered by the Government. The Government will not pay for the provision of any information nor will it compensate any respondents for the development of such information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARHQ/N00039_SNOTE_000E1646/listing.html)
- Record
- SN04463295-W 20170408/170406235547-ac8db8fa301876514290c14a71ebfa62 (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 |