SOLICITATION NOTICE
R -- AN/ALQ-155 Software Sustainment and Lab Maintenance Engineering Services
- Notice Date
- 4/6/2020 6:08:41 AM
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- FA8523 AFLCMC WNKD ROBINS AFB GA 31098-1670 USA
- ZIP Code
- 31098-1670
- Solicitation Number
- FA8523-20-R-0012
- Response Due
- 5/11/2020 1:00:00 PM
- Archive Date
- 12/31/2020
- Point of Contact
- Ricardo Jones, Phone: 4789265371, Jessica Haynes, Phone: 4789265343
- E-Mail Address
-
ricardo.jones@us.af.mil, jessica.haynes@us.af.mil
(ricardo.jones@us.af.mil, jessica.haynes@us.af.mil)
- Description
- This statement provides notice that the government anticipates awarding a contract to provide Sustaining Engineering Services (SES) for software support on the AN/ALQ 155(V) and SI Operational Flight Plans (OFP), Mission Data Tools and Tools software for both the legacy and new signal processors, as well as, sustainment of the AFLCMC/WNYEBA ALQ-155(V) software development lab. This requirement also includes Line Replaceable Unit (LRU), Shop Replaceable Unit (SRU) and other system software (SW) tools and support equipment SW. The proposed contract action is for services for which the Government intends to negotiate and award a sole source IDIQ contract with a 53 month period of performance (a 5 month basic contract plus four (4) one-year options) to Northrop Grumman Technical Services, CAGE: 5FVX5, 2340 DULLES CORNER BLVD HERNDON VA 20171-3400. A mix of firm fixed price, cost reimbursement fixed fee, and cost reimbursement contract line item numbers (CLINs) will be utilized. The place of performance will be a combination of US Government installations and contractor�s facility.� This is in accordance with Federal Acquisition Regulation (FAR) 6.302-1 ""Only One Responsible Source and no Other Supplies or Services Will Satisfy Agency Requirements"". All responsible sources may submit a capability statement of proposal, which shall be reviewed by the U.S. Government. A determination by the Government to not compete this proposed contract action will be based upon responses to this notice is solely within the discretion of the Government. In accordance with Air Force Instruction (AFI) 16.201, foreign participation is not permitted at the prime contractor level. All potential offerors should contact the Contracting Specialist/Procuring Contracting Officer identified above for additional information, questions, and/or concerns. This solicitation is expected to be released on 11 May 2020 with a response due no later than 45 days after the issuance of the solicitation.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e1ff6b49a4e643d6aab404f7aa215d58/view)
- Place of Performance
- Address: Warner Robins, GA, USA
- Country: USA
- Country: USA
- Record
- SN05611288-F 20200408/200406230145 (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 |