Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 18, 2019 FBO #6477
SOLICITATION NOTICE

58 -- Embedded Global Positioning System (GPS)/Inertial navigation System (INS) Engineering, Manufacturing, and Development (EMD)

Notice Date
1/23/2018
 
Notice Type
Synopsis
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
215 Page Rd Robins AFB GA 31098-1611
 
ZIP Code
31098-1611
 
Solicitation Number
FA854018R0008
 
Response Due
2/6/2018
 
Point of Contact
BJ Jacobs, Contract Specialist, Phone 478-926-7093, - Oya M. Harrison, Procuring Contracting Officer, Phone 4789267000
 
E-Mail Address
brandi.jacobs.2@us.af.mil, Oya.Harrison@robins.af.mil
 
Small Business Set-Aside
N/A
 
Description
This is a Pre-Solicitation Notice. Anticipated release of the Request for Proposal (RFP) is on or about 26 February 2018. The Air Force Life Cycle Management Center Contracting Office at Robins AFB, GA has a requirement for Embedded Global Positioning System (GPS)/Inertial navigation System (INS) Engineering, Manufacturing, and Development (EMD). The EMD will include engineering design, development and test capability to incorporate a modernized GPS receiver card, specifically addressing the M-Code capability, integration of ADS-B Out, address obsolescence and resiliency, into existing fielded and reducing the number of configurations of future production EGIs. The contract is anticipated to be awarded as a definitive, cost-type contract. The proposed contract is for a two year basic period plus two (2) one (1) year options. The Government intends to solicit Honeywell International Inc. (CAGE 0BFA5), 13350 US Highway 19 North, Clearwater, FL 33764-7226 for the requirements described herein. The statutory authority permitting other than full and open competition is 10 U.S.C. 2304(c)(1). The Government does not own or possess rights to technical data to facilitate competitive procurement from any other source. The place of contract performance will be at the contractor's facility and/or the USG facilities. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within thirty days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. It is anticipated the Request for Proposal will be issued on or around 26 February 2018. The RFP will NOT be posted to FedBizOpps. Should you desire to obtain a copy, your emailed request must be submitted to the POC(s) listed above and one will be provided. No telephone requests will be honored. THERE IS NO TECHNICAL DATA AVAILABLE. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (23-JAN-2018). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 16-AUG-2019, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA854018R0008/listing.html)
 
Record
SN05407708-F 20190818/190816230011 (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.