Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2011 FBO #3361
SOLICITATION NOTICE

58 -- MBMMR follow-on requirement to current SOCOM contract H92222-08-D-0003.

Notice Date
2/4/2011
 
Notice Type
Presolicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
H92222-11-R-0034
 
Archive Date
3/22/2011
 
Point of Contact
Deanna Cox, Phone: 813 826-6968, Jonathan H. Katz, Phone: 813-826-7046
 
E-Mail Address
deanna.cox@socom.mil, jonathan.katz@socom.mil
(deanna.cox@socom.mil, jonathan.katz@socom.mil)
 
Small Business Set-Aside
N/A
 
Description
The United States Special Operations Command (USSOCOM) located at MacDill Air Force Base (AFB), Florida intends to award a sole source Indefinite Delivery/Indefinite Quantity (IDIQ) contract to Raytheon Company, 1010 Production Road, Fort Wayne, IN 46808-4106 for the purchase of repair material and sustainment of the AN/PSC-5D Multi-band, Multi-Mission Radio (MBMMR) systems, NSN 5821-01-477-6237 currently purchased and fielded by the Government under previous contract efforts utilizing the authority provided at FAR 6.302-1 (a)(2)(ii). Programs are in the planning stages to replace the AN/PSC-5D systems, however, given current schedules for those programs and funding profiles over the FYDP, a substantial number of the radios will remain in use by SOF units and therefore, will require sustainment for the next decade. To qualify new vendors that could support these requirements would require a) the Government to procure full technical data rights to Raytheon proprietary technical documentation assuming they would be agreeable to such procurement b) make that data available to potential new vendors and c) then conduct a full and open competition. This would cause substantial duplication of program cost, increased schedule timeframes and would result in unacceptable delays in fulfilling these SOF requirements. These additional costs and delays to the Government are not expected to be recovered through competition. Sustainment shall include a contractor depot repair capability, field technical services, operator/maintainer training, and development, test and installation of approved modifications and upgrades if required. The Government also intends to procure ancillary replenishment spares and maintenance replacement end items over the period of the contract in order to repair and maintain the existing systems. The current anticipated maximum contract ceiling is $15M over the entire 5 year period. This IDIQ contract is anticipated to be awarded prior to September 2011 with a period of performance of 25 Sep 2011 - 24 Sep 2016. All responsible sources may submit a capability statement prior to the closing date of this announcement which shall be considered by the agency to the Contracting Officer, Ms. Deanna Cox, deanna.cox@socom.mil with a copy to Mr. Jon Katz, jonathan.katz@socom.mil and Mr. Valentin Torello, valentin.torello@socom.mil. All questions and/or communications shall be conducted by e-mail. All responses will be considered prior to making a final award determination.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/H92222-11-R-0034/listing.html)
 
Place of Performance
Address: Depot repairs will be performed at the contractor’s facility, Depending on complexity, modifications and upgrades may be performed at the contractor’s facility or at the various USSOCOM bases in CONUS. Field technical service support and training will be performed at various USSOCOM bases worldwide., Ft Wayne, Indiana, 46808, United States
Zip Code: 46808
 
Record
SN02373436-W 20110206/110204234215-c4062d38cfe99591bec4781b21ef2a59 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.