Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 19, 2021 SAM #7140
SOURCES SOUGHT

R -- AN/USM-670A Joint Service Electronic Combat Systems Tester (JSECST)

Notice Date
6/17/2021 12:13:26 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
FA8533 AFLCMC WNKAB ROBINS AFB GA 31098-1670 USA
 
ZIP Code
31098-1670
 
Solicitation Number
FA8519-16-C-0004
 
Response Due
7/2/2021 2:00:00 PM
 
Archive Date
07/17/2021
 
Point of Contact
Sandra Harvey, Alexis Hill
 
E-Mail Address
Sandra.Harvey.2@us.af.mil, alexis.hill.2@us.af.mil
(Sandra.Harvey.2@us.af.mil, alexis.hill.2@us.af.mil)
 
Description
�����CAUTION: This notice is a synopsis in accordance with FAR 5.101 for a proposed contract action to FA8519-16-C-0004 published at least 15 days before the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302.� This notice is not a request for competitive proposal or quotations will not be issued for this requirement.� Foreign participation is not permitted.� AFLCMC/WNKAB intends to award a modification to extend the existing Engineering Services for the AN/USM-670A Joint Service Electronic Combat Systems Tester (JSECST), NSN, Part Number, awarded under FA8519-16-C-0004.� The extension will be from 29 SEP 2021 to 28 MAR 2022 in accordance with FAR 52.217-8, Extension of Services, under 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 awarded to AAI Corporation dba Textron Systems. FAR clause 52.217-8, Option to Extend Services, was not included in the original solicitation FA8519-16-R-91535 originally synopsized on 05 AUG 2016 or original issuance of the contract FA8519-16-C-0004 effective 28 SEP 2016. FAR 52.217-8 was not evaluated at the time of award.� The contract period was for a base year plus four option periods. Incorporation and exercise of FAR 52.217-8 to this contract is in the best of the Government and is the most advantageous method of fulfilling the Agency�s need for these services under FAR 6.302-1, Only one responsible source and no other supplies will satisfy agency requirements.� The referenced authority is appropriate when it is likely that award to any other source would result in (A) substantial duplication of cost to the Government that is not expected to be recovered through competition, and (B) unacceptable delays in fulfilling the agency�s requirements. �� The six month extension is intended to be awarded to: AAI Corporation, CAGE 97384 DBA: Textron Systems 124 Industry Lane Hunt Valley, MD 21030-3342 The anticipated modification date for the current contract for the extension is no later than 27 SEP 2021.� The proposed modification will continue engineering services support of the JSECST for the Core Test Set (CTS) software sustainment.� This includes analysis, problem investigation, problem resolution, regression, validation, and integration testing. Support Government engineering efforts during various System Under Test (SUT) TPS updates and assist in the resolution of CTS Software interaction conflicts. The Product service code of the original contract had R414. This product code was not listed in the SAM database as an option. Upon research, it was descovered on the ""Product and Service Code Manual"" in Aquisition.gov that the product service code is now R425.� All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency.� A determination not to compete this requirement, based on responses to this notice, is solely within the discretion of the Government will not be responsible for any cost incurred by interested parties in responding to the synopsis notice.� The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis notice. INSTRUCTIONS NO PHONE CALLS 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 submission being determined non-responsive by the Procurements Contracting Officer (PCO). Address RFI questions to all of the following: Sandra Harvey at sandra.harvey.2@us.af.mil, Alexis Hill at�alexis.hill.2@us.af.mil, David Jones at daivid.jones.189@us.af.mil, and Chad�Lowe�at chad.lowe@us.af.mil. Responses shall be submitted electronically via email to Sandra Harvey at sandra.harvey.2@us.af.mil and Alexis Hill at�alexis.hill.2@us.af.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b217ab94222748b99397a16b26bddb52/view)
 
Place of Performance
Address: Hunt Valley, MD 21030-3342, USA
Zip Code: 21030-3342
Country: USA
 
Record
SN06036174-F 20210619/210618201539 (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.