Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 09, 2020 SAM #6615
SOLICITATION NOTICE

R -- Automatic Test Systems (ATS) Sustainment Corporate Contract (ASCC)

Notice Date
1/7/2020 12:00:06 PM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
FA8533 AFLCMC WNKAB ROBINS AFB GA 31098 USA
 
ZIP Code
31098
 
Solicitation Number
FA8533-20-R-0008
 
Response Due
11/19/2019 1:30:00 PM
 
Archive Date
02/20/2020
 
Point of Contact
Victoria McDaris
 
E-Mail Address
victoria.mcdaris@us.af.mil
(victoria.mcdaris@us.af.mil)
 
Description
Synopsis is for establishing a sole source corporate sustainment contract for the Automatic Test Systems (ATS) Division. Sustainment support includes repair, production, engineering, and technical services, cybersecurity, software development and maintenance, software and hardware modifications, upgrades, testing, travel, and other services as required that are sole source to BAE Systems Information and Electronic Systems Integration Corporation. An Indefinite Delivery Requirements contract for ten (10) ordering periods is anticipated with multiple pricing arrangements including Firm Fixed Price (FFP), Cost Plus Fixed Fee (CPFF), Cost Reimbursable No Fee (CRNF). The solicitation will be issued in accordance with FAR 15, Contracting by Negotiation. It is anticipated that FFP will be utilized for the majority of CLINS. The contract will permit the addition and deletion of covered items as necessary to support Department of Defense (DoD) and Foreign Military Sales (FMS) ongoing mission requirements. The overarching contract will be issued to: BAE Systems Information and Electronic Systems Integration, Inc. (Cage code 12436)� 10920 Technology Place San Diego, CA 92127-1874 Other BAE Systems Information and Electronic Systems Integration Inc. locations include: Austin, TX, Fort Worth, TX, Greenlawn, NY, and Nashua, NH. Electronic procedures will be used for this solicitation. Authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1, Only one responsible source, and no other supplies or services will satisfy agency requirements. Specifications, plans, or drawings relating to this procurement are not available and cannot be furnished by the Government as NO TECHNICAL DATA is available and is proprietary to the identified source above. �All potential sources may submit a capability statement, proposal, or quotation which shall be considered by the Agency. Foreign participation is prohibited. The referenced solicitation is anticipated to be released on or before 10 December 2019. All questions and submissions in reference to this requirement shall be submitted in writing though DOD SAFE to both of the following: Ms. Victoria McDaris: Victoria.McDaris@us.af.mil Ms. Sandra Harvey: Sandra.Harvey.2@us.af.mil All responses in reference�to this synopsis�shall be submitted no later than 19 November 2019, 4:30PM, EST. NO�TELEPHONE QUESTIONS WILL BE ACCEPTED IN REFERENCE TO THIS REQUIREMENT. Failure to comply with Federal Acquisition Regulation (FAR) guidelines, FAR subparts, and instructions outlined herein may result in submissions being deemed non-responsive by the Procurement Contracting Officer (PCO).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9402b6df60e542c682174dc8ea20cdbf/view)
 
Record
SN05528069-F 20200109/200107230130 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.