Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2012 FBO #3813
SOLICITATION NOTICE

R -- NOTICE OF PROPOSED ACTION (NOCA) FOR COMBAT SURVIVOR EVADER LOCATOR (CSEL) CONTRACOR LOGISTICS SUPPORT (CLS) FOLLOW-ON

Notice Date
5/1/2012
 
Notice Type
Presolicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ESC - Electronic Systems Center, 9 Eglin Street, Hanscom AFB, Massachusetts, 01731, United States
 
ZIP Code
01731
 
Solicitation Number
FA8307-13-R-0001
 
Archive Date
5/31/2012
 
Point of Contact
Evan T. O'Connell, Phone: 7812250149
 
E-Mail Address
evan.oconnell@hanscom.af.mil
(evan.oconnell@hanscom.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation No. FA8307-13-R-0001 ESC/HB 5 Eglin Street, Bldg 1612, Hanscom Air Force Base, MA 01731-2100 Classification Code: R - Professional, Administrative and Management Support Services R425 Engineering and Technical Services NAICS: 334220 - Satellite Telecommunications Contracting Officer, Capt J. Axel Clark, 781-271-3524; Contract Specialist, Capt Paul Park, 781-271-7186 This announcement constitutes a Notice of Proposed Contract Action (NOCA), by the Electronic Systems Center (ESC), Battle Management Directorate, Space and Nuclear Networks (SNND) Division, Hanscom AFB, MA, for a noncompetitive contract for the CSEL CLS Follow-On effort to be negotiated with The Boeing Company of the United States. The CSEL Program is an ACAT III, post-milestone C program. CSEL is an end to end survival radio system composed of three segments: a user segment that includes a hand-held radio (HHR), an over-the-horizon segment for satellite communications (OTH), and a ground segment consisting of multiple Command, Control, and Communications (C3) workstations (RSA) located in Joint Personnel Rescue Centers (JPRCs). The three CSEL system segments collectively provide global communications (including worldwide secure, two-way data communications) between an isolated person (IP) and personnel recovery elements. The CSEL radio provides survivor location and authentication by passing individual identification codes, geo-positioning information obtained from GPS satellites, and both predetermined and free text messages over the horizon via UHF or national systems. CSEL is a 15-year-old joint program utilized by the US Army, Navy, and Air Force. The maintenance and repair support for HHRs is conducted at Boeings supplier production facility. Boeing also utilizes other Boeing-owned and Government furnished test equipment and fixtures. The Government does not possess a second set of GFP to provide to another contractor and will not be able to transfer the equipment to a new contractor at the time that the follow on contract is awarded. This synopsis is for a proposed contract, IAW FAR 5.201(b)(i), for which the Government intends to solicit and negotiate with only one source IAW 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1, "Only one responsible source and no other supplies or services will satisfy agency requirements." Please direct any question regarding this synopsis to Capt J. Axel Clark, Contracting Officer, (781) 271-3524 or Capt Paul Park, Contract Specialist, (781) 271-7186. This synopsis is for planning purposes only, and does not constitute an Invitation for Bids (IFB) or a Request for Proposal (RFP). Nor does its issuance restrict the Government as to the ultimate acquisition approach. The information you provide may be evaluated to identify qualified potential offerors. ESC will not release to any firm, agency, or individual outside the Government, any information marked with a proprietary legend without the written permission from the respondent. The Government will not pay for any information received in response to this synopsis, nor will the Government compensate a respondent for any costs incurred in developing the information provided to ESC. An ESC Ombudsman has been appointed to consider and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. Before consulting the Ombudsman concerned parties should first address their concerns, issues, disagreements, and/or recommendation to the Contracting Officer for resolution. In addition, AFFARS 5352.201-9101, Ombudsman, will be included in this acquisition's solicitation and contract. The ESC Ombudsman can be contacted at: ESC Ombudsman; ESC/CS, Bldg 1606, 9 Eglin Street, Hanscom AFB MA 01731; Telephone #: 781-225-1628; Facsimile #: 781-225-2250; E-Mail: ESC.Ombudsman@hanscom.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/FA8307-13-R-0001/listing.html)
 
Place of Performance
Address: 5301 Bolsa Avenue, Huntington Beach, California, 92647, United States
Zip Code: 92647
 
Record
SN02736226-W 20120503/120502000444-9c77ffd97d640b9750d41c0f86060f60 (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.