Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 10, 2020 SAM #6798
SOLICITATION NOTICE

A -- OCX 3F Pre-solicitation Notice of Contract Action

Notice Date
7/8/2020 11:11:20 AM
 
Notice Type
Presolicitation
 
NAICS
54171 — Research and Development in the Physical, Engineering, and Life SciencesT
 
Contracting Office
FA8807 HQ SMC GP PKP GPK EL SEGUNDO CA 90245-2808 USA
 
ZIP Code
90245-2808
 
Solicitation Number
PA-1831
 
Response Due
7/24/2020 5:00:00 PM
 
Archive Date
07/25/2020
 
Point of Contact
Daniel Hilger, Tina Wlasick
 
E-Mail Address
daniel.hilger@us.af.mil, tina.wlasick@us.af.mil
(daniel.hilger@us.af.mil, tina.wlasick@us.af.mil)
 
Description
This is a Notice of Intent, not a request for quote. Under the authority of Federal Acquisition Regulation (FAR) 6.302?1, Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements (10 USC 2304(c)(1)), the Space and Missile System Center intends award a new contract for Next Generation Operational Control System (OCX) 3F to Raytheon Company (Raytheon), 16800 E CentreTech Pkwy, Aurora CO 80011-9046. One purpose of this notification, in accordance with FAR 5.002, is to assist small business concerns in identifying potential subcontract opportunities. The anticipated award of the OCX 3F contract is February 2021. OCX 3F will incorporate the capabilities to command, control (C2) and monitor the GPS III Follow-on (IIIF) Space Vehicles (SVs) 11 - 32 with the on-orbit GPS constellation. Additionally, OCX 3F must satisfy the requirements for Regional Military Protection, rapid warfighting effects, navigation signal-based satellite status information, unified S-band telemetry, tracking, and commanding (TT&C), and support for future GPS IIIF payloads. The OCX 3F effort requires integration of the new capabilities into the OCX Blocks 1 & 2 system to include utilizing existing Raytheon-developed OCX Block 1 & 2 test and development tools, and incorporation of the tracking of legacy GPS III signals using the OCX Block 1 & 2 monitoring stations. Market research conducted to date by the Space and Missile Systems Center has included the posting of a Sources Sought Synopsis on May 31, 2019 and an analysis of the Statements of Capability received in response. The results of this market research indicate that award of OCX 3F to Raytheon is justified in accordance with 10 U.S.C. � 2304(d)(1)(B), as implemented by FAR 6.302-1(a)(2)(ii) because 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. A copy of the approved Justification and Approval (J&A) document for sole source will be made public within 14 days of contract award. Communications or responses may be directed to: SMC/PCK, 483 N. Aviation Blvd, El Segundo, CA 90245-2808, Attn: Daniel Hilger (daniel.hilger@us.af.mil), Contracting Officer and Tina Wlasick (tina.wlasick@us.af.mil), Contracting Specialist. In accordance with FAR 5.207(c)(16), any responsible sources may submit a capability statement, which shall be considered by the Government. However, this notice of proposed contract action is not a request for competitive proposals. The Government will not recognize any costs associated with the submission of any SOC. An Ombudsman has been appointed to address concerns from interested parties. The Ombudsman does not diminish the authority of the program director or Contracting Officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. The Ombudsman for the SMC is Colonel Tuthill, 310-653-1786 or trent.tuthill@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5f61564824b44767bf0bca6a785853c7/view)
 
Place of Performance
Address: Aurora, CO, USA
Country: USA
 
Record
SN05714473-F 20200710/200708230139 (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.