Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 26, 2025 SAM #8552
SOLICITATION NOTICE

J -- Sole Source Pre-Solicitation: Follow-on Sustainment of Lockheed Martin Proprietary Components to the AEWS AN/FPS-117 Radar System

Notice Date
4/24/2025 8:41:48 AM
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
FA8217 AFLCMC HBDK HILL AFB UT 84056-5838 USA
 
ZIP Code
84056-5838
 
Solicitation Number
FA8217-25-LM_Product_Line_CLS
 
Response Due
5/9/2025 1:00:00 PM
 
Archive Date
05/10/2025
 
Point of Contact
Christopher Jarman, Phone: 8015865439, Cameron Tucker, Phone: 8015861573
 
E-Mail Address
christopher.jarman@us.af.mil, cameron.tucker.6@us.af.mil
(christopher.jarman@us.af.mil, cameron.tucker.6@us.af.mil)
 
Description
This is a pre-solicitation synopsis. The Air Force Life Cycle Management Center (AFLCMC) Atmospheric Early Warning System (AEWS) Program Management Office intends to solicit and award a contract with only one source pursuant to the authority of 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1 to Lockheed Martin Corporation (LMC) Rotary Mission Systems (RMS). This notice of intent is not a request for competitive proposals and a solicitation will not be made available through the Government Point of Entry (GPE). No contract will be awarded on the basis of offers received in response to this notice. The associated North American Industry Classification System (NAICS) code is 334511 (Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing) with a small business size standard of 1,350 employees. The Government intends to award a five (5) year Indefinite Delivery/Indefinite Quantity (ID/IQ) contract with a six (6) month option to extend in accordance with FAR 52.217-9, for a total potential ordering period of five years and six months. Periods of performance will be defined individually for each order placed during the ID/IQ ordering periods for both severable and non-severable services. Non-severable services are expected to last more than one year. The AEWS consists of a total of 27 operational sites located in Alaska, Canada, and Hawaii. In addition, the Engineering Facility (EFAC) located at Hill Air Force Base (AFB), Utah, is a test/development site provided as Government-Furnished Property (GFP) to support the contract. This acquisition is for LMC Product Line Contractor Logistic Support (CLS) services to support depot, field maintenance, and engineering tasks for the FPS-117 Long Range Radar System. The performance requirements of this service contract will be to sustain and procure the following hardware and software assemblies/systems: Signal Processor Data Processor (SPDP) Process/Process Control Group Beacon Radar Monopulse Secondary Surveillance Radar (MSSR) Subsystem Converter/Decoder Group Radar Performance Mission Software (RPMS) Oracle's Solaris Software Digital Array Row Transceiver (DART) 2-Way DART 5-Way DART 8-Way DART This ID/IQ requires the following sustainment services Engineering Services Program Management Diminishing Manufacturing Sources and Material Shortages (DMSMS) obsolescence support Emergency Services Travel to and from the AN/FPS-117 sites Shipping of items listed above to the AN/FPS-117 Sites Specific quantities and locations will be identified on the Task/Delivery Orders issued after award of the basic ID/IQ. This contract will be a follow-on contract with LMC for comprehensive sustainment services as they are the Original Equipment Manufacturer (OEM) and maintain proprietary rights to the assemblies/systems listed above. LMC has unique knowledge and experience with these systems as the designer, producer, and incumbent sustainment contractor and is the only responsible source to satisfy the Air Force's requirements. Any efforts to mature a new source to basic competency and to transfer the full technical data package (TDP) would result in unacceptable delays in fulfilling the agency's requirements. The Government has attempted to purchase this information to allow for a more competitive contract, but LMC has asserted restricted rights. A Sources Sought notice posted in September 2024 was issued to determine potential contractors capable of addressing the combined software and hardware issues. While responses were received from several vendors, none of them were capable of sustaining the systems that are proprietary technologies to LMC. Where possible, the Government has identified certain assemblies/systems of the FPS-117 Radar that are not considered proprietary technology to LMC. Those systems will be procured through another contract vehicle which will be competed. Given that the Government does not own the rights to the assemblies/systems identified, and that LMC has proprietary rights over those systems, a Sole Source award to LMC is warranted. This is a notice of proposed contract action and NOT a request for competitive proposals; however, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. All inquiries should be sent by email to: christopher.jarman@us.af.mil and cameron.tucker.6@us.af.mil. Responses to this notice must be submitted by the date/time listed on the notice. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government in future procurements. 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. A Justification & Approval for Other Than Full and Open Competition will be attached to the subsequent notice of award in accordance with applicable regulation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9d4cb9255c884a9b84c1b5b83d9945db/view)
 
Place of Performance
Address: Liverpool, NY, USA
Country: USA
 
Record
SN07420097-F 20250426/250424230046 (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.