Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 21, 2018 FBO #5962
SOLICITATION NOTICE

D -- Global Command Terrestrial Communications (GCTC) IV

Notice Date
3/19/2018
 
Notice Type
Presolicitation
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RI (W52P1J), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
 
ZIP Code
61299-8000
 
Solicitation Number
W52P1J-17-R-GCIV
 
Archive Date
4/17/2018
 
Point of Contact
Shelly A. Hitt, Phone: 3097820875
 
E-Mail Address
shelly.a.hitt.civ@mail.mil
(shelly.a.hitt.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Pre-Solicitation Synopsis of Proposed Contract Action: Global Command Terrestrial Communications (GCTC) IV The U.S. Army Contracting Command - Rock Island intends to solicit and award, on a sole-source basis, a Firm Fixed Price, Cost Plus Fixed Fee and Cost Reimbursable contract in accordance with Federal Acquisition Regulation 6.302-1, to Salient CGRT. As described at FAR 6.302-1(a)(2)(iii)(A) and (B), for Department of Defense, National Aeronautics and Space Administration, and the Coast Guard services may be deemed to be available only from the original source in the case of a follow-on contract for the continued development or production of a major system or highly specialized equipment, including major components thereof, when it is likely that award to any other source would result in substantial duplication of cost to the Government that is not expected to be recovered through competition; and, unacceptable delays in fulfilling the agency's requirements. These services and infrastructure provide post deployment software support to Product Lead Logistics Information Systems while the source selection process continues. The GCTC program provides engineering and network communications system support and services for customer requirements at worldwide locations. These services include program management, system engineering support, hardware/ software installation support, local distribution, infrastructure upgrade, Information Technology system engineering and implementation and operations maintenance support. The planned Period of Performance is 15 April 2018 to 14 March 2023, inclusive of a base period of 11 months and 4, 12-month evaluated option periods. This pre-solicitation synopsis is not a request for competitive proposals or quotations; however, all responsible sources may submit a capability statement, proposal, or quotation within 15 days after date of publication of this synopsis, which the Government shall consider. A determination by the Government not to compete this proposed action based upon responses to this notice is solely within the discretion of the Government. The Justification for Other than Full and Open Competition will be made publicly available within 14 days after award in accordance with Federal Acquisition Regulation 6.305(a). Submit emailed responses to the Contracting Officer, Michael Lansing, at michael.l.lansing2.civ@mail.mil and Contract Specialist, Shelly Hitt, at shelly.a.hitt.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b0800dd0c284941d8a21570adb74e346)
 
Place of Performance
Address: CONUS and OCONUS locations, United States
 
Record
SN04859499-W 20180321/180319231435-b0800dd0c284941d8a21570adb74e346 (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.