Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 20, 2025 SAM #8546
SOURCES SOUGHT

K -- E-4B National and Nuclear Communication Support (N2CS) Services

Notice Date
4/18/2025 11:25:47 AM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
FA8134 AFLCMC WLK TINKER AFB OK 73145-3303 USA
 
ZIP Code
73145-3303
 
Solicitation Number
FA8134-25-R-B004
 
Response Due
5/12/2025 10:00:00 AM
 
Archive Date
05/27/2025
 
Point of Contact
Amanda Jones, Phone: 405-823-0152
 
E-Mail Address
amanda.jones.39@us.af.mil
(amanda.jones.39@us.af.mil)
 
Description
UPDATE 18 APR 25 Due to a request recieved from Industry the Government is extending the due date of this RFI. POSTED 24 Mar 25 The United States Air Force through Air Force Life Cycle Management Center (AFLCMC), Tinker AFB 73145 is contemplating a basic Indefinite Delivery/ Indefinite Quantity (ID/IQ) contract with an ordering period of ten (10) one-year periods and a six-month extension of services IAW FAR 52.217-8, if needed. Various contract types will be utilized as listed in the CLIN attachment. This Government is considering awarding this requirements IAW 10 U.S.C. 3204 and supplement by FAR 6.302-1(a)(2), Justification: Only one responsible source and no other supplies or services will satisfy agency requirements. The proposed contract action is for services in which the Government intends to solicit and negotiate with only one source. The required justification is not currently approved, the Government is conducting market research to see if there are any other sources that can successfully meet this requirement. To successfully meet the requirements of the PWS, the contractor is required to have access to the Message Processing System technical data (specifically the Multi-Channel Communication Interface (MCCI) Card). Questions concerning this request, future synopsis or subsequent solicitation can be directed to amanda.jones.39@us.af.mil. All questions regarding this notice are to be submitted in writing via E-mail. All questions submitted to this office are subject to be posted in this notice along with the appropriate response(s). IAW FAR 5.207(c)(16)(ii) All responsible sources may submit a capability statement that shall be considered by the agency. To obtain a copy of the Performance Work Statement, CDRLS, CLIN Structure submit an Approved DD2345 via email to the Contracting Officer prior to the closing date of this notice. For more information regarding obtaining an approved DD 2345 see the below website the contracting officer does not have more information than what is located on the below website: https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/ 1. The Government is requesting Industry feedback (i.e. track changes & comments) on the draft PWS, draft CDRLs, and draft CLIN Structure. The Government will consider all suggestions. The Government has the right to incorporate (or not incorporate) any changes from industry as it sees fit. 2. The Government is requesting updated capability statements for any information that has changed since the last submittal or provide a new capabilities statement if not previously supplied and wish to be considered as a Prime contractor for the requirement. 3. The Government requests confirmation of access to the Original Equipment Manufacture�s (OEM) Crescent Systems, Inc (CAGE 046M3), technical and software data applicable to the MCCI Card to be considered a responsible source. 4. Once the required justification is approved. A redacted copy will be posted on SAM.Gov within 30 days of contract award. 5. The Government has the right to cancel this requirement without notice at any time. Currently funds are not available for this requirement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0cdcfff796c14b1087532631a3c3dcd6/view)
 
Place of Performance
Address: OK, USA
Country: USA
 
Record
SN07414567-F 20250420/250418230047 (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.