Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2018 FBO #6139
SPECIAL NOTICE

16 -- CNS/ATM SATCOM

Notice Date
9/12/2018
 
Notice Type
Special Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
FA8625-19-C-6607
 
Archive Date
10/9/2018
 
Point of Contact
Logan A. Bagley, Phone: 9376567322
 
E-Mail Address
logan.bagley@us.af.mil
(logan.bagley@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Class Code: 16 NAICS Code: 336413 Subject: NOTICE OF INTENT TO SOLE SOURCE Solicitation Number: FA8625-19-C-6607 Response Date: NLT 10 Days After Posting Place of Performance: AFLCMC/WLS C-5 SPO 2275 D Street, Bld. 16 Wright-Patterson AFB, OH 45433-7424 Description: CNS/ATM SATCOM Upgrade Manufacturer: Honeywell Ltd. NOTICE OF INTENT TO AWARD SOLE SOURCE The Air Force Life Cycle Management Center (AFLCMC), Mobility Directorate, C-5 Division (AFLCMC/WLSK) intends to direct the acquisition of supplies identified in this synopsis using Other Than Full and Open Competition (OTF&OC) in accordance with 10 USC 2304(c)(1), as implemented by FAR 6.302-1(a)(2)(ii), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements, required by FAR 6.303-2(b)(4). The C-5M Super Galaxy aircraft's primary mission is to provide strategic airlift in support of the United States Air Force's peace and war time missions. The C-5M users are represented by the Air Mobility Command (AMC), and Air Force Reserve Command (AFRC). At this time there are no current or planned international operators of this weapons system. This contract action will result in the award of a FAR Part 12 Firm Fixed Price (FFP) contract. There will be a base year (Lot 1) and two one-year options (Lots 2 and 3) for the supplies. ICS will include a base year (Lot 2) and two one-year options. The contract period for supply deliveries is up to 42 months (November 2019 through April 2023), starting with the base year. The contract period for ICS starts with the Lot 2 procurement, approximately in July 2020 through April 2024. This effort will provide acquired supplies, as Government Furnished Property (GFP), and maintenance services (ICS) necessary to support the overarching United States Air Force (USAF) C-5M CNS/ATM Production Program. ICS is the temporary contractor support that will consist of OEM managing resources, repair and technical data for the applicable assets during the life of the contract. ICS will include direct and indirect services supporting inspection, troubleshooting, and repairing applicable MCS-7120 Multi-Channel Satellite Communications System components and spares. This C-5M upgrade program is driven by multiple civil and military mandates, including; replacing the existing legacy COTS Inmarsat Aero-I SATCOM System with Inmarsat Aero-H+ and SwiftBroadband capabilities, replacing the AN/ARC-210 Generation 3 Radio with the AN/ARC-210 Generation 5 Radio, adding Automatic Dependent Surveillance Broadcast (ADS-B) Out integration and adding Identification, Friend or Foe (IFF) Mode 5 capabilities. The approximate date for issuance of the solicitation is 26 September 2018. Since the Government intends to direct the source for the CNS/ATM SATCOM Upgrade as sole source under solicitation FA8625-19-C-6607, no additional synopsis will be issued. This is not a request for competitive proposals and no solicitation is available. All responsible sources may submit a capability statement, proposal, or quotation which shall beconsidered by the agency. Interested sources must respond in writing with clear and convincing evidence to support their ability to provide the required supplies/services within ten (10) days of this publication. A determination by the Government not to compete this action based on responses received is solely within the discretion of the Government. Please contact the PCO, Mr. Christopher Pluskota by e-mail at: christopher.pluskota@us.af.mil, for any additional questions concerning this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8625-19-C-6607/listing.html)
 
Record
SN05086059-W 20180914/180912231200-461143d4237861a09427ed1dd637635d (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.