Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 23, 2023 SAM #8061
SOLICITATION NOTICE

D -- Commercial Satellite Communications (COMSATCOM) Engineering, Acquisition, and Programmatic Services

Notice Date
12/21/2023 8:00:54 AM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
IT CONTRACTING DIVISION - PL83 SCOTT AFB IL 62225-5406 USA
 
ZIP Code
62225-5406
 
Solicitation Number
HC102818C0017
 
Response Due
1/5/2024 8:00:00 AM
 
Archive Date
01/05/2024
 
Point of Contact
Erica Ackeret - Contracting Officer, Phone: 6184186061
 
E-Mail Address
erica.j.ackeret.civ@mail.mil
(erica.j.ackeret.civ@mail.mil)
 
Description
NOTICE OF INTENT TO AWARD SOLE SOURCE The Defense Information Systems Agency (DISA)/Defense Information Technology Contracting Organization intends to negotiate a sole source contract with Competitive Range Solutions, LLC (CRS) for Commercial Satellite Communications Engineering, Acquisition, and Programmatic Services (COMSATCOM) of the Defense Information Service Network (DISN) support services. A sole source Justification & Approval (J&A) document has been completed and approved in accordance with Federal Acquisition Regulation (FAR) 6.302-1. A copy of the redacted J&A will be posted on SAM.gov to comply with the public display requirements of FAR 6.305. The COMSATCOM contract provides expertise in market trends, networking technologies, strategic and tactical communications systems, as well as, engineering, acquisition, program management, and support services. The overall effort provides COMSATCOM Transport Services in the areas of operations, implementation and sustainment, information assurance, communications, computer, website security, telecommunications, acquisition, program management and requirement analysis. The Government has a continuing need to provide continuous oversight in the following areas transport projects and programs, such as integrated master scheduling upkeep, management, risk assessment and risk management, acquisition support, metrics, memorandum preparation and service-level agreement development, briefings preparation at the Senior Executive Level, knowledge management support, and quality assurance processes and procedures. As a result of reorganizations within DISA and DISA IE restructuring efforts, a contract strategy was developed to better allow for an integrated approach and reduction of redundant services across the directorate. This revised contract strategy has resulted in a delay of requirements generation for affected contracts/orders and their follow-on efforts. This proposed bridge contract action will extend current support for the COMSATCOM support requirement to allow time to complete the realignment of tasks into existing or new contracts/task orders without a loss or delay of support ensuring the continuity of mission critical COMSATCOM support services to DISA and the DoD community. Efforts are currently ongoing to pursue two new competitive task orders to support IE�s service requirements. Relevant task areas from this requirement will move to a new task order, Cybersecurity Technical and Analytical Services (CTAS). CTAS is being competitively solicited allowing fair opportunity under the General Services Administration�s (GSA) Multiple Award Schedule as a Historically Underutilized Business Zone set-aside. However, it is not currently feasible to award the follow-on task order prior to the expiration of the current task order. At this time, the incumbent contractor Competitive Range Solutions, LLC (CRS) is the only source capable of fulfilling this requirement within the necessary time frame and without risk of a substantial break in service/support to DISA and its mission partners. CRS is uniquely postured to support the current COMSATCOM Engineering, Acquisition, and Programmatic Services contract without a significant duplication of cost that�s not expected to be recovered through competition or delays in support while the follow-on is awarded and transitioned. The statutory authority for other than full and open competition is 10 USC 2304 (c) (1), as implemented by FAR 6.302-1(a)(2)(iii), only one responsible source and no other supplies or services will satisfy agency requirements. Companies who believe they can provide this service must indicate their interest in writing within 15 days of this notification and include a detailed capability statement. No reimbursement for any cost connected with providing capability information will be provided. All responsible sources will be considered in evaluating the determination to issue a sole-source contract. Quotations or proposals received in response to this notice cannot be accepted since this synopsis cannot be considered a request for quote or a request for proposal. A solicitation will NOT be posted to SAM.gov due to the sole source nature of the requirement. The North American Classification System (NAICS) code 541330 will be used for determining company size status. CONTRACT/PROGRAM BACKGROUND: Contract Number: HC102818C0017 Contract Type: Firm Fixed Price and Cost Reimbursable Travel Incumbent and their size and CAGE: Competitive Range Solutions, LLC; 6LDB2 Method of previous acquisition: Competitively awarded as a small business set aside. Period of performance: July 13, 2018 � January 12, 2024 SPECIAL REQUIREMENTS: All personnel performing on or supporting a DISA contract in any way shall be U.S. citizens. Work performed under this contract/order is up to the Top-Secret level for some personnel. Therefore, the company must have a final Top Secret Facility Clearance from the Defense Counterintelligence and Security Agency Facility Clearance Branch. Points of Contact: Contracting Officer: Erica J. Ackeret, erica.j.ackeret.civ@mail.mil Contract Specialist: Rachel Tate, rachel.r.tate.civ@mail.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7e3a7c9ecc4f496a9db0d8d271164612/view)
 
Place of Performance
Address: Fort George G Meade, MD 20755, USA
Zip Code: 20755
Country: USA
 
Record
SN06919567-F 20231223/231221230045 (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.