Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 14, 2024 SAM #8083
SPECIAL NOTICE

R -- Notice of Intent to Sole Source: Tranche 0 Tracking Operations and Sustainment

Notice Date
1/12/2024 7:58:14 AM
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
FA2401 SPACE DEVELOPMENT AGENCY SDA CHANTILLY VA 20151-2222 USA
 
ZIP Code
20151-2222
 
Solicitation Number
SDA-SN-24-0010
 
Response Due
1/29/2024 9:00:00 AM
 
Archive Date
02/13/2024
 
Point of Contact
SDA-SN-24-0010
 
E-Mail Address
ussf.pentagon.sda.mbx.sda-sn-24-0010@mail.mil
(ussf.pentagon.sda.mbx.sda-sn-24-0010@mail.mil)
 
Description
The Space Development Agency (SDA) intends to award a sole-source contract to Leidos, Inc. (dba Leidos; CAGE 52302), for the Tranche 0 Tracking Operations and Sustainment effort.� Leidos shall provide scientific and engineering services addressing SDA Tranche 0 Warfighter emersion and risk reduction objectives.� The Tranche 0 Tracking Operations and Sustainment Support effort will provide unique and highly specialized scientific and engineering services to support: Test event collection and exploitation support System operations and training Calibration Algorithm tuning Sensor performance assessment and monitoring Flight software enhancements Market research conducted towards this effort indicate that a sole source award to Leidos is justified in accordance with 10 U.S.C. � 2304(d)(1)(B), as implemented by FAR 6.302-1(a)(2)(ii), as it is likely that award to any other source would result in substantial duplication of cost to the Government that is not expected to be recovered through competition and unacceptable delays in fulfilling the agency�s requirements.� Leidos, as the designer, manufacturer, developer of the infrared payload and its onboard software.� Leidos is also to date the only operator of the sensors, is uniquely qualified to refine focus procedures and ensure full sensor operation.�� The planned firm fixed-price contract is anticipated to be awarded in March 2024. The contract will consist of a 12-month period of performance and a (1)-year option period and will be structured to support separation of scope/tasks for future competitive opportunity. This notice of intent is not a request for competitive proposals and no solicitation will be issued. �Any responses to this notice must demonstrate clear and convincing evidence that competition would be advantageous to the Government and would not hinder the timeline or mission objectives of the Tranche 0 Operations and Sustainment Support effort. �Any response shall include the following information: 1) the business� demographic information showing responsibility and qualification in accordance with FAR Part 9; 2) specific exception to the intent to procure on a sole source basis; 3) technical data showing the capabilities of the respondent to perform the work listed above. �The response must provide clear, convincing and unambiguous evidence to substantiate the capability of the respondent to provide the required services as listed above. �A request for documentation or additional information or submissions that only ask questions will not be considered an affirmative response to this notice. The determination not to compete this proposed contract action is solely within the discretion of the Government. �Any responses received will be assessed for the purposes of determining a compelling basis to conduct a competitive procurement. �The Government will not be responsible for any costs incurred by responding to this notice. Responses, to include capability statements, proposals or quotations, shall be sent via email only to ussf.pentagon.sda.mbx.sda-sn-24-0010@mail.mil, no later than January 29, 2024, at 12:00 PM ET. The e-mail shall contain the following within the subject line: Response to Notice of Intent to Sole Source SDA-SN-24-0010. �It is the responsibility of the respondent to contact the Government to confirm receipt prior to the above due date and time. �Responses submitted after this deadline will not be addressed.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/62d516348d4b46799796b8602face8db/view)
 
Place of Performance
Address: 22030, USA
Zip Code: 22030
Country: USA
 
Record
SN06934456-F 20240114/240112230037 (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.