Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 16, 2023 SAM #7932
SPECIAL NOTICE

D -- Notice of Intent to Sole Source F-35 JPO Classified IT Services

Notice Date
8/14/2023 12:02:29 PM
 
Notice Type
Special Notice
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Response Due
8/29/2023 1:00:00 PM
 
Archive Date
09/13/2023
 
Point of Contact
Rachel Edwards, Barbara Phillips, Phone: 9376943646
 
E-Mail Address
rachel.edwards@jsf.mil, Barbara.phillips@jsf.mil
(rachel.edwards@jsf.mil, Barbara.phillips@jsf.mil)
 
Description
Synopsis/ Notice of Intent to Sole Source The F-35 Joint Program Office (JPO), Arlington, Virginia has concluded their market research and intends to solicit, negotiate, and award a sole source cost-plus-fixed-fee (CPFF) contract under authority of Federal Acquisition Regulation, FAR 6.302-1 �Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements�, to a small business: Epsilon, Inc., CAGE: 5CY73. The proposed North American Industry Classification System (NAICS) code for this acquisition is 518210, with a small business size standard of $40.0 million. This contract will be for the Classified Information Technology (IT) support service to procure classified information technology (IT) support, requisite hardware, and migration services and needs to include as follows: integrate other DoD classified networks into a consolidated, DoD compliant space within 45 miles of the National Capital Region, IAW the Intelligence Community Directive (ICD) 705; provide procurement, buildout, and migration services for five F-35 JPO classified Special Access Programs (SAP); and provide network support services needed to provide Classified IT services. Based on responses received from the Request for Information (RFI), sources sought, and the Small Business Office, we determined that there was only one vendor able to meet the specifications for this requirement. The F-35 JPO OCIO had four (4) immediate classified requirements: 6,000 sq. ft. of data hall space in a federal, classified only ANSI/TIA-942 Tier 3+ data center facility within a K12 fence line providing 1.5 megawatts of power, 3,000 sq. ft. of classified office space co-located inside the federal, classified data center, Classified IT mitigation services to procure, buildout, migrate, and sustain the JPO�s global classified IT footprint, TEMPEST and ICD 705 compliance. After a review by the JPO Security Team and the JPO Tempest Team, and certified by QTS Federal, LLC, it was determined that Epsilon, Inc. was the only vendor able to provide the data center requirements. � All responses received, to include capability statements, within 15 days of the posting of this notice will be considered by the Government. Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. The Government anticipates an award date on or before 31 October 2023. Points of contact are Rachel Edwards, Contract Specialist, at Rachel.edwards@jsf.mil, and Barbara Phillips, Contracting Officer, at Barbara.Phillips@jsf.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/709da9cbb64d4a1abf22fdfcf82d9447/view)
 
Record
SN06788484-F 20230816/230814230046 (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.