MODIFICATION
J -- High Frequency Global Communication System Contractor Logistics Support-PRESOLICITATION NOTICE
- Notice Date
- 4/27/2010
- Notice Type
- Modification/Amendment
- NAICS
- 517919
— All Other Telecommunications
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, Tinker OC-ALC - (Central Contracting), 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015
- ZIP Code
- 73145-3015
- Solicitation Number
- HFGCS_RFI1
- Archive Date
- 5/26/2010
- Point of Contact
- Jamey L. Hartsel, Phone: 405-734-6533, Brandon V Jones, Phone: 405-739-4451
- E-Mail Address
-
jamey.hartsel@tinker.af.mil, brandon.jones@tinker.af.mil
(jamey.hartsel@tinker.af.mil, brandon.jones@tinker.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SCOPE Command Follow-on II Pre-solicitation Notice The Oklahoma City Air Logistics Center contemplates a five-year (one year basic with four one year options) sole-source requirements type follow-on contract with the Original Equipment Manufacturer (OEM), under authority of 10 U.S.C. 2304(c)(1)(FAR 6.302-1) Only One Responsible Source for acquisition, upgrade, modification and sustainment of the SCOPE Command program. SCOPE Command is the radio and control portion of the High Frequency Global Communications System (HFGCS). There are 13 radio stations; 10 are located outside the contiguous United States. Locations are Andrews AFB, Beale AFB, Offutt AFB, Elmendorf AFB, Hawaii, Guam, Yokota, Puerto Rico, Lajes, Ascension Island, Royal Air Force Croughton, Sigonella and Diego Garcia. All stations are networked back to the Network Control Stations at Andrews AFB and Grand Forks AFB. As a result of the sources sought synopsis issued on 4 May 2009 and market research results, the requirement is considered non-commercial and the government is not using policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested parties may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. The government has determined that the requirement can only be procured through a sole source venue to Rockwell Collins, Government Systems (Cage Code 13499). All responsible sources may submit a capability statement, proposal, or quotation to the OC-ALC Small Business office at OC-ALC/SB, Attn: Source Development Specialist, 3001 Staff Dr Ste 1AG85A, Tinker AFB OK 73145-3009, which shall be considered by the agency. In accordance with FAR 5.207(c)(13)(i)-Buy American Act/Free Trade agreements/Israeli Trade Act: One or more of the items under this acquisition is subject to Free Trade Agreements. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1 due to lack of availability of technical data. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The place of performance is predominantly Richardson TX, with work to be performed at CONUS and OCONUS sites throughout the world. This pre-solicitation notice is primarily for subcontract purposes. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described requirement make contact with the firm listed above. The solicitation of the requirement will be posted to fedbizopps on or around 15 May 2010. In accordance with AFFARS 5305.204 prospective offerors are advised that foreign participation is not permitted at the prime vendor level due to security access. Any questions regarding the above synopsis may be addressed to Capt Jamey Hartsel, (405) 734-6533, Jamey.hartsel@tinker.af.mil or Brandon Jones, (405) 739-4451, Brandon.jones@tinker.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/HFGCS_RFI1/listing.html)
- Place of Performance
- Address: Richardson TX and 13 locations world-wide, United States
- Record
- SN02133905-W 20100429/100427235608-4810ab6cb8ab7533cb3ed1535e026179 (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 |