MODIFICATION
J -- SMART-T Helpdesk Support
- Notice Date
- 8/31/2020 11:57:40 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811213
— Communication Equipment Repair and Maintenance
- Contracting Office
- W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
- ZIP Code
- 21005-1846
- Solicitation Number
- W56JSR-20-F-0007-SMART-T
- Response Due
- 9/15/2020 9:00:00 AM
- Archive Date
- 09/16/2020
- Point of Contact
- Chere Benson, Matthew R. Marx, Contracting Officer
- E-Mail Address
-
chere.v.benson.civ@mail.mil, matthew.r.marx.civ@mail.mil
(chere.v.benson.civ@mail.mil, matthew.r.marx.civ@mail.mil)
- Description
- The intent of this Synopsis, in accordance with FAR 5.201, is to add the following sole-source action onto the already established contract with Raytheon Company, SPRBL1-15-D-0017. Market research suggests that Raytheon is the sole approved source capable of providing the required Technical and Field Services Representative (FSR) Contiguous United States (CONUS), Outside Contiguous United States (OCONUS), and Combat Area Support Services; Line Replacement Units (LRU), Repair Support Services (*Legacy vs. *New Production); RESET Support Services; Unit Level Repairs (using 10/ Operations/20 Maintenance Standards); Communication Security (COMSEC) repairs and maintenance; Fleet wide health assessment; Engineering Support for Software and Hardware, Design, and Obsolescence Management Support Services; CONUS/OCONUS Travel Support Services, Quality Management, Configuration Control, Software Services; and other support services and data products related to life cycle deliverables to ensure the ongoing sustainability of the Secure, Mobile, Anti-Jam, Reliable, Tactical-Terminal (SMART-T) Advanced Extremely High Frequency (AEHF) system. SPRBL1-15-D-0017 is a ten (10) year Indefinite-Delivery Indefinite Quantity (IDIQ) contract providing for the support of sole-source Raytheon requirements to include spare parts, repairs, engineering services, maintenance, training, kits and performance based logistics. The contract was awarded on 28 September 2015. The period of performance includes a six (6) year base period followed by one (1), four (4) year re-determinable option period. The contract maximum ceiling is $8B. The point of contact for this requirement is Contract Specialist, Chere Benson. All communications shall be submitted in writing to chere.v.benson.civ@mail.mil only. Contractors shall not contact any other Government personnel regarding this notice or the SMART-T AEHF requirement other than the individual designated above.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/63472f9b3f7f48558cf31d15089850bf/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD 21005, USA
- Zip Code: 21005
- Country: USA
- Zip Code: 21005
- Record
- SN05779812-F 20200902/200831230145 (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 |