Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 06, 2023 SAM #7830
SPECIAL NOTICE

T -- Notice of Intent to Sole Source - BOEING DIGITAL SOLUTIONS, INC.

Notice Date
5/4/2023 7:08:06 AM
 
Notice Type
Special Notice
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
HQ CONTRACT OPERATIONS (CG-912)(000 WASHINGTON DC 20593 USA
 
ZIP Code
20593
 
Solicitation Number
20210PR230000027
 
Archive Date
05/19/2023
 
Point of Contact
Joel Gibney, Melony Suber
 
E-Mail Address
Joel.M.Gibney@uscg.mil, Melony.Y.Suber@uscg.mil
(Joel.M.Gibney@uscg.mil, Melony.Y.Suber@uscg.mil)
 
Description
THIS IS A NOTICE OF INTENT, NOT A REQUEST FOR COMPETITIVE PROPOSALS 1.��Contracting Agency and Activity:�The United States Coast Guard, HQ Contracting Division (CG-912), intends to award a sole source Firm-Fixed Price contract with four option periods to BOEING DIGITAL SOLUTIONS, INC. (UE ID:� F5VJXR8LLZP5), 55 Inverness DR E. Englewood, Colorado 80112-5412. The anticipated period of performance is�May 23, 2023, to May 22, 2028. 2. Description Scope:� The purpose of this acquisition is to acquire International Flight Planning Services & Integrated Navigation Data Services for Commandant Aircrafts C-37A & C-37B. The scope incorporates data that can provide a moving map display and detailed aircraft approach and enroute maps compatible with the Primus Epic/Elite equipment installed onboard the USCG�s Gulfstream C-37A and C-37B aircrafts. The Flight Planning Services and Integrated Navigation Data Services are required for Air Station Washington to safely carry out the worldwide Long-Range Command and Control mission for the Department of Homeland Security, Commandant, and other senior government officials. 3.�Statutory Authority. FAR 6.302-1: Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. 4,�Reasons for Authority Cited: Jeppesen/Boeing Digital Solutions Integrated Navigation Data Service (INDS) division specializes in integrating electronic worldwide Jeppesen charts into the cockpit as part of the aircraft system. Jeppesen/INDS provides that data that is a collaborated effort between Jeppesen (Aviation Charts) and Honeywell (avionics to display electronic charts); additionally, these charts/databases are FAA approved. These charts are necessary to utilize with the Primus Elite avionics equipment onboard C-37A and C-37B. Jeppesen/INDS is the only one that can provide the data with the equipment that isalready installed on C-37A and C-37B. In order to overcome this barrier it would be necessary to remove the Epic Planeview system which is an integral part of the cockpit & installed standard on all Gulfstream G-V/550 aircraft. This would be an invasive removal that would complicate compatibility with other aircraft equipment. In order to overcome the barrier for international flight planning services, Air Station Washington would have to work with an alternative vendor to establish aircraft performance profiles & unique operations requirements. In addition, it would require that aircrew access their flight plans from an outside source that would have to be manually entered into the ForeFlight application for cross-check flight data. THIS IS A NOTICE OF INTENT, NOT A REQUEST FOR COMPETITIVE PROPOSALS No solicitation is available for this requirement. However, any firm that believes it can meet the requirements can submit a capability statement, which will be considered by the agency. Responses to this notice must provide clear and convincing evidence that competition would benefit the government, would not be prohibitively expensive or time-consuming, and that interested parties would be likely to participate. A potential offeror can supply the government�s needs as stated on the attached statement of work and above requirement. If a competitive procurement is to be conducted, the information obtained will be considered. It is entirely up to the Government to decide whether to decide not to compete the proposed procurement based on responses to this notice. The Government will not be responsible for any costs incurred. Responses must be received via email at Joel.M.Gibney@uscg.mil by May�08, 2023. Responses sent via other means (i.e., via telephone call, facsimile transmission, etc.) will not be considered.� All responding vendors must be registered to the System for Award Management (SAM). Information can be found at https://www.sam.gov. Complete SAM registration means a registered Unique Entity ID and CAGE.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ff4e051b548c45208b1cb1ddcee8f73f/view)
 
Place of Performance
Address: Washington, DC 20001, USA
Zip Code: 20001
Country: USA
 
Record
SN06671656-F 20230506/230504230112 (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.