Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 09, 2024 SAM #8291
SOLICITATION NOTICE

J -- FMS/USAF Precision Attack Production & Sustainment SNIPER, LANTIRN, IRST-Legion ID/IQ

Notice Date
8/7/2024 8:53:04 AM
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
FA8540 AFLCMC WNKE ROBINS AFB GA 31098-1663 USA
 
ZIP Code
31098-1663
 
Solicitation Number
FA8540-24-R-0004
 
Response Due
9/21/2024 12:30:00 PM
 
Archive Date
10/06/2024
 
Point of Contact
Shameka Schley, Ashley Davis
 
E-Mail Address
shameka.schley@us.af.mil, ashley.davis.53@us.af.mil
(shameka.schley@us.af.mil, ashley.davis.53@us.af.mil)
 
Description
AFLCMC intends to solicit and negotiate, on a sole source basis, an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract for Sniper Advanced Targeting Pods (ATPs), Low Altitude Navigation and Targeting Infrared for Night (LANTIRN) pods and ungrade kits and Infrared Search and Track (IRST) Legion pods and all production deliverables and sustainment support services�services as needed for each system for Foreign Military Sales (FMS) and the United States Air Force (USAF).� The Government intends to solicit Lockheed Martin, 5600 West Sand Lake Rd. #MP-265, Orlando FL for the services described herein. Cage Code 04939. This contract supports both USAF and Foreign Military Sales (FMS) LMMFC Sniper ATP, Low Altitude Navigation and Targeting Infrared for Night (LANTIRN) Navigation Pods and kits, and Infrared Search and Track (IRST) Pods requirements. Requirements are expected to be predominantly in support of FMS. � The statutory authority permitting other than full and open competition is FAR 6.302-1 -10 U.S.C. 3204(a)(1), Only One Responsible Source - No other supplies or services will satisfy agency requirements (for the USAF portion of this effort) and FAR 6.302-4 International Agreement for the FMS portion of the contract.� The Government does not own or possess rights to re-procurement data to facilitate competitive procurement of these supplies or services from any other source.� The instant contract is anticipated to be awarded as an ID/IQ contract type contract, with provisions for Firm-Fixed Price (FFP), Cost Reimbursable No Fee (CRNF), and Cost Plus Fixed-Fee (CPFF) Contract Line Items (CLINs).� The solicitation, number FA8540-24-R-0004, is anticipated to be issued on or about 30 Aug 2024.�� The estimated award date is 7 Nov 2025.�The proposed contract consists of a three (3) year base ordering period with one (1) four-year option. This option extends the IDIQ ordering period by another four (4) years upon its exercise for an overall 7-year effective ordering period for issuance of delivery and task orders. The overall period of performance with the potential exercise of FAR 52.217-8, Option to extend Services, against individual task orders is 7 years and 6 months.� Base Period�� � 000X�� �Contract Award thru 365 Calendar days after contract award�� � 100X�� �366 calendar days after contract award thru 730 calendar days after contract award�� � 200X�� �731 calendar days after contract award thru 1,095 calendar days after contract award�� Option Period 1�� � 300X�� �1,096 calendar days after contract award thru 1,460 calendar days after contract award�� � 400X�� �1,461 calendar days after contract award thru 1,825 calendar days after contract award �� � 500X�� �1,826 calendar days after contract award thru 2,190 calendars days after contract award�� � 600X�� �2,191 calendar days after contract award thru 2,555 calendars days after contract award�� � Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals.The RFP will NOT be posted at SAM.gov or publically. If you desire to obtain a copy (NO TECHNICAL DATA AVAILABLE), your emailed request must be submitted to shameka.schley@us.af.mil.� Foreign participation at the prime contractor level is not permitted. This notice of intent is NOT a request for competitive proposals.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a2cd62f28fd34d17be4ae44af1a7d4f2/view)
 
Place of Performance
Address: Orlando, FL 32819, USA
Zip Code: 32819
Country: USA
 
Record
SN07159943-F 20240809/240807230116 (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.