SOLICITATION NOTICE
58 -- AN/ARC 234 Equipment Repair
- Notice Date
- 5/12/2021 6:18:04 AM
- Notice Type
- Presolicitation
- NAICS
- 811213
— Communication Equipment Repair and Maintenance
- Contracting Office
- FA8307 AFLCMC HNCK C3IN SAN ANTONIO TX 78243-7007 USA
- ZIP Code
- 78243-7007
- Solicitation Number
- FA8307-21-R-0014
- Response Due
- 5/26/2021 1:00:00 PM
- Archive Date
- 06/10/2021
- Point of Contact
- Lachel Edison, Phone: 2109254065, Ms. Rachel J. Sexton, Phone: 2109255138
- E-Mail Address
-
lachel.edison.1@us.af.mil, rachel.sexton@us.af.mil
(lachel.edison.1@us.af.mil, rachel.sexton@us.af.mil)
- Description
- NOTICE OF PROPOSED CONTRACT ACTION (NOPCA). �This is not a solicitation. Air Force Life Cycle Management Center, Cryptologic and Cyber Systems Division (AFLCMC/HNCK), Joint Base San Antonio-Lackland, TX intends to award on a sole-source basis a firm-fixed-price requirements (IDIQ)-type contract for the follow-on repair of the following AN/ARC 234 assemblies in support of both U.S. and Foreign Military Sales partner nations: Nomenclature� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Part Number� � � � � � � � � � � � � �NSN Radio Set-Airborne Integrated Terminal, Full Duplex DC, RT-1826(C)/ARC234(C)(V)2�� �01-01685-004�� �5821-01-473-7745CA Radio Set-Airborne Integrated Terminal, Full Duplex AC, LN RT-1825A(C)/ARC234A(C)(V)1�� �01-01685-005�� �5821-01-490-7181CA Radio Set-Airborne Integrated Terminal, Full Duplex DC, LN�RT-1826A(C)/ARC234A(C)(V)�� �01-01685-006�� �5821-01-490-7182CA Radio Set-Airborne Integrated Terminal, Full Duplex DC, LN�RT-2006(C)/ARC234(C)(V)�� �01-01685-008�� �5821-01-619-3260CA Radio Set-Airborne Integrated Terminal, Full Duplex DC, LN�RT-2007(C)/ARC234(C)(V)�� �01-01685-009�� �5821-01-619-3263CA Radio Set-Airborne Integrated Terminal, Full Duplex DC, LN�RT-2004(C)/ARC234(C)(V)�� �01-01685-010�� �5821-01-619-3262CA Diplexer-SATCOM, Low Noise Amplifier� � � � � � � � � 03-07361-001�� �5985-01-475-2533CS Control, Radio Set-Remote Control Unit� � � � � � � � � �01-01689-001�� �5821-01-475-2000CS �� The proposed contract action will have one five year ordering period. �The North American Industry Classification System (NAICS) code is 811213 � Communication equipment repair and maintenance services. �� The AN/ARC 234 radio set data rights belong to BAE Systems, the original equipment manufacturer (OEM). �The proposed contract action is for the repair of these assemblies for which the Government intends to solicit and negotiate with only one source IAW 10 U.S.C. 2304(c)(1), Only One Responsible Source as implemented by FAR 6.302-1, and 10 U.S.C. 2304(c)(4), International Agreement as implemented by FAR 6.302-4. �The Air Force�s lack of complete specifications, schematics/drawings and parts lists precludes use of full and open competition procedures to satisfy this requirement. �BAE Systems is the only vendor known to the Air Force capable of repairing the AN/ARC 234 radio sets and associated components because, as the OEM, they have the required engineering knowledge, expertise, and complete drawing package to do so and has indicated that they have not given authority to any other entities to fulfill this requirement. � An AFLCMC ombudsman has been appointed to consider and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. �Before consulting the ombudsman, concerned parties should first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for consideration. IAW AFFARS 5352.20 1-9101, the AFLCMC Ombudsman is Deputy Director, Acquisition Excellence & Program Execution Directorate at AFLCMC/AQ-AZ Workflow (email: ASCA@us.af.mil) or at 937-255-5512/DSN 785-5512, Wright-Patterson AFB, OH. � � �� �� If a firm believes it is capable of meeting the Government�s requirement, it may identify their interest and capability to the Contracting Officer, Rachel Sexton, rachel.sexton@us.af.mil and Contract Specialist, Lachel Edison, lachel.edison.1@us.af.mil NLT COB 18 May 2021, 4:00 PM CST. � Those interested firms must indicate whether they are a large, small, and small-disadvantaged, 8(a), or women-owned business and whether they are U.S.- or foreign-owned. �All responsible sources may submit a capability statement. �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c0191d07459d4a9a9c8a3c7fad470c9d/view)
- Record
- SN05999947-F 20210514/210512230115 (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 |