Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2012 FBO #3808
MODIFICATION

18 -- Pre-Solicitation Notice for MILSATCOM System Sustainment Responsibilities Transition/Handover Support - Pre-Solicitation Notice

Notice Date
4/26/2012
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808
 
ZIP Code
90245-2808
 
Solicitation Number
F04701-01-C-0012
 
Archive Date
5/26/2012
 
Point of Contact
Ellisha White, Phone: (310)653-9976, Maria E. Jimenez, Phone: 310-653-9518
 
E-Mail Address
ellisha.white@losangeles.af.mil, maria.jimenez@losangeles.af.mil
(ellisha.white@losangeles.af.mil, maria.jimenez@losangeles.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Pre-Solicitation Notice Details Command and Control System-Consolidated (CCS-C) - Pre-Solicitation Notice for MILSATCOM System Sustainment Responsibilities Transition/Handover Support Contract Number F04701-01-C-0012 General Information Contracting Office Address Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, SMC/PKJ, 483 N. Aviation Blvd., Suite 1467-A8, El Segundo, CA, 90245-2808 Contracting Officer Maria Jimenez, SMC/PKJ, 310-653-9518 General Information Point of Contact Shelby C. Sommer, SMC/PKJ, 310-653-9321 Description Classification Code: 18 - Space Vehicles NAICS Code: 334220 - Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing Notice #: 12-70 Procurement Type: Pre-Solicitation THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. The United States Air Force Space and Missile Systems Center (SMC) MILSATCOM Systems Directorate (MC), Command and Control System-Consolidated (CCS-C) Program Office intends to release a solicitation to acquire 90 days of transition efforts. Sustainment responsibilities need to be transition /handover from the CCS-C Contractor to the CCS-C Production And Sustainment Contract (CPASC) Contractor (follow-on contract). The Government's intent is to make a sole source, cost plus fix fee contract award to the incumbent contractor, Kratos Technology and Technical Solutions, Inc. (KTTS), Bridge Pointe Corporate Center, 4820 Eastgate Mall, Suite 200, San Diego, CA 92121, under the statutory authority of 10 U.S.C. (c) (1) as implemented by the Federal Acquisition Regulation (FAR) 6.302-1 (Only one responsible source and no other supplies or services will satisfy agency requirements). Award to any other contractor would create unacceptable delays, disruptions and/or potentially catastrophic system errors in fulfilling the requirements. The incumbent in the only contractor that can transition/handover sustainment responsibilities to the follow-on contractor. The Government intends to add an option Contract Line Item Number (CLIN) to the exiting CCS-C contract for the 90 days seamless transition for on-the-job training, hand over responsibility for system sustainment, and emergency support to the follow-on contractor. Option will consist of 1) 30 day phase to complete and handover all sustainment work in progress; 2) 24 hours/day immediate emergency support by incumbent subject matter experts for a second 30 day period after work is handed off to the follow-on contractor; and 3) a final 30 day phase consisting of emergency support by incumbent subject matter experts within 8 hours of notification. The option will be exercised on or before 1 January 2013 and is an extension to the existing CCS-C contract. The information contained herein is based on the best information available at the time of publication, is subject to revision, and is not binding on the Government. This notice is for informational purposes only and is not a request for competitive proposals nor a solicitation of offers. Interested parties, including small and small disadvantaged business, may identify their interest and statement of technical capabilities, and submit information. Information shall not exceed 20 one-sided pages in length, must be in MS Word 2002 or higher or PDF Format, and font no smaller than 12 point. A minimum DoD security clearance of Secret is mandatory. Interested parties must show capability to fulfill the Government's immediate need for the effort described above. This notice expires 15 calendar days after publication. The NAICS code for this effort is 334220 and the small business size standard is 750 employees. Classification code 18 applies. Contractors interested in subcontracting opportunities are encouraged to contact KTTS directly. The Government will not reimburse interested parties for any costs associated with submission of information or reimburse expenses incurred. Matters pertaining to this notification may be directed to, Ms. Maria Jimenez at maria.jimenez@losangeles.af.mil or alternate Mr. Shelby Sommer at shelby.sommer@losangeles.af.mil. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2012-04-24 14:47:24">Apr 24, 2012 2:47 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2012-04-26 12:34:04">Apr 26, 2012 12:34 pm Track Changes Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][2][added_on]" value="2012-04-25 19:51:25">Apr 25, 2012 7:51 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][2][modified_on]" value="2012-04-26 12:34:04">Apr 26, 2012 12:34 pm Track Changes
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/F04701-01-C-0012/listing.html)
 
Record
SN02732524-W 20120428/120427000040-eed38d797fed6665b610b909906a3480 (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.