SPECIAL NOTICE
D -- Operation, Maintenance, Supply � Europe (OPMAS-E) Communications Contract. The Contractor shall provide information technology (IT) services to support the mission of the 2nd Theater Signal Brigade/U.S. Army Europe (USAREUR) G6 within the USAREUR, U.S. Eur
- Notice Date
- 6/24/2022 2:45:26 PM
- Notice Type
- Special Notice
- NAICS
- 541513
— Computer Facilities Management Services
- Contracting Office
- ACC-ABERDEEN PROVING GROUNDS CONTR FORT HUACHUCA AZ 85613-5000 USA
- ZIP Code
- 85613-5000
- Solicitation Number
- OPMAS-E-22SS
- Response Due
- 7/9/2020 4:30:00 PM
- Point of Contact
- Ms. Wendy S. Alameda-Clark, Phone: 520 236-9770, Ms. Audrey C. Hammonds, Phone: 520-224-8606
- E-Mail Address
-
wendy.s.alameda-clark.civ@army.mil, audrey.c.hammonds.civ@army.mil
(wendy.s.alameda-clark.civ@army.mil, audrey.c.hammonds.civ@army.mil)
- Description
- INTRODUCTION This Special Notice is to inform Industry of the Government�s intent to award a sole-source contract to Vectrus Systems Corporation, Garden of the Gods Rd, Ste 300, �Colorado Springs, CO �80919-3143; Cage Code: 1D510 in support of the 2nd Theater Signal Brigade - Operation, Maintenance, Supply � Europe (OPMAS-E) Communications contract for a ten (10) month base period contract under the authority 10 U.S.C. 2304(c)(1) as implemented by FAR Part 6.302-1 -- Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. This is NOT a solicitation or request for proposal. The Government will NOT reimburse Contractors for costs associated with this event.�It does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses to this notice will be used by the Government to make appropriate determinations about an acquisition strategy only and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement, for travel, or any other associated costs. Any information submitted by respondents to the Description of Services below is strictly voluntary. Responses will NOT be returned to the responder.� Description of Supplies/Services: The services to be acquired include information technology (IT) services to support the mission of the 2nd Theater Signal Brigade/U.S. Army Europe (USAREUR) G6 within the USAREUR, U.S. European Command (EUCOM), and U.S. Africa Command (AFRICOM) Areas of Responsibility (AORs). The Contractor shall provide operation, maintenance and supply support of communications and information systems under the purview of the 2nd Theater Signal Brigade, its subordinate units, other military services, and customers of the 2nd Theater Signal Brigade. The Contractor shall provide all management, administration, personnel, services, overtime, travel, training, and equipment required to perform the operation, maintenance, and repair of communication facilities, systems, and equipment except for Government-furnished property (GFP), and Government-provided services as stated in this PWS. The Contractor shall also install and de-install equipment, perform supply functions, and provide logistics support. The Contractor shall use Government-provided transportation to move equipment. Specific Contractor support includes: operation of the Area Maintenance and Supply Facility-Europe (AMSF-E); Operation and Maintenance (O&M) of Department of Defense Information Network (DODIN) systems and sites, to include Asynchronous Transfer Mode (ATM), Timeplex, Synchronous Optical Network (SONET) radios, and Technical Control Facilities (TCF); operation and maintenance (O&M) of the following activities: the Antenna Maintenance Activity (AMA), Defense Red Switch Networks (DRSN), Voice over Internet Protocol (VoIP),Voice over Secure Internet Protocol (VoSIP) Call Manager (CM) System Administration; O&M support for DISA and Army communications systems in forward deployed locations and the support of Coalition Network Systems and SLAN Network Systems; COMSEC Management; maintenance of the following systems: Automatic Test Equipment (ATE), Test, Measurement, and Diagnostic Equipment (TMDE), Air Traffic Control (ATC) Systems (ATSM), Tie Cable (Copper and Fiber Optic); Tie Cable repair, expansion and extension; maintenance, repair, relocation and replacement of environmental support equipment, heating ventilating, and air conditioning (HVAC), battery banks, Frequency Converters (FC), Uninterruptible Power Supplies (UPS), rectifiers, and other related power equipment and control cabinets. Additionally, the Contractor may be required to provide telephone network support, monitor network circuits and alarm functions of the facility infrastructure monitoring systems; maintain digital switching systems; and perform Help Desk functions and server administration.� None of the work to be completed under this contract is beyond that which was previously solicited and awarded as part of the Operation, Maintenance, Supply � Europe (OPMAS-E) Communications Contract, W91RUS-17-C-0010. �This contract action is necessary to provide follow-on services for the current contract which expires 31 July 2022. �The period of performance for this sole-source contract will be 01 August 2022 through 31 May 2023. � There are multiple justifications supporting the need for a sole source award to Vectrus Systems Corporation in order to continue the requirements of the current contract. � Listed below are some of the key rationale supporting the J&A: ��� �Unanticipated schedule delays ��� �Substantial costs not expected to be recouped ELIGIBILITY: � The applicable NAICS code for this requirement is 541513; Computer Facilities Management Services. �The size standard for this NAICS code is $30.0M. Business of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.� �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ef2142cce02f4432b95d0af34eac8c5e/view)
- Place of Performance
- Address: DEU
- Country: DEU
- Country: DEU
- Record
- SN06368236-F 20220626/220624230056 (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 |