SPECIAL NOTICE
70 -- ENFAAS NOCA - NOCA
- Notice Date
- 7/21/2015
- Notice Type
- Special Notice
- NAICS
- 517110
— Wired Telecommunications Carriers
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC - Hanscom, 9 Eglin Street, Hanscom AFB, Massachusetts, 01731, United States
- ZIP Code
- 01731
- Solicitation Number
- FA877104D0007RSLN
- Archive Date
- 8/20/2015
- Point of Contact
- A. Patrick Coit, Phone: 7812254782, Lance Clarke, Phone: 781-225-4069
- E-Mail Address
-
Anthony.Coit@us.af.mil, Lance.Clarke@us.af.mil
(Anthony.Coit@us.af.mil, Lance.Clarke@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- ENFAAS NOCA This announcement constitutes a Notice of Contract Action (NOCA) by the United States Air Force, Air Force Materiel Command (AFMC), Air Force Life Cycle Management Center (AFLCMC), Command, Control, Communications, Intelligence, and Networks (C3I&N), C3I Infrastructure Division (AFLCMC/HNI) Hanscom AFB, MA. The Enclave NIPRNet Firewall and ASIM Sustainment (ENFAAS) Delivery Order (DO), FA8771-04-D-0007 RSLN, was awarded to General Dynamics IT (GDIT) in accordance with FAR 16.505(b), fair opportunity competition under the Air Force mandatory use NETCENTS I Indefinite Delivery/Indefinite Quantity (IDIQ) contract on 17 July 2013. The purpose of the ENFAAS program is to modernize the security of the Air Force's unclassified base boundaries by deploying Next Generation Firewalls (NGFW), Full Packet Capture (FPC) capabilities and associated management components. The NGFW capability provides the ability to limit traffic that enters and exits a base while also scanning the traffic for potential cyber threats. The FPC capability provides the ability to conduct forensic analysis on Air Force Network traffic, allowing operators to fully inspect all data flowing over the unclassified network for cyber threats. It is the Government's intent to execute, by means of other than full and open competition, a labor hour (LH) (i.e., Task Requirements Notice) CLIN to prevent any contract interruptions or delays during the ENFAAS site survey and installation process as required in the DO. The Period of Performance (PoP) for this additional LH CLIN will be no longer than the PoP for the extension of the DO's delivery date. It is anticipated that the PoP will not exceed 12 months. The estimated value of the LH CLIN is not to exceed $1M. The LH CLIN will solely provide for completion of work for unforeseen circumstances at some of the individual bases. Each site may have, but not limited to, the following unique circumstances: a non-standard base boundary architecture; lack of site personnel to assist with the virtual site survey; a real world situation affects actual installation; lack of site personnel to assist with lifting the heavy equipment items on site; or incorrect information provided during the virtual site survey process. This LH CLIN and extension will allow for time to complete the current DO requirements. The authority permitting other than full and open competition is 10 USC § 2304(c)(1), implemented as follows: FAR 6.302-l(a)(2)(ii)(A) and(B) - Supplies may be deemed to be available only from the original source in the case of a follow-on contract for the continued development or production of a major system or highly specialized equipment, including major components thereof, when it is likely that award to any other source would result in (A) substantial duplication of cost to the Government that is not expected to be recovered through competition, or (B) unacceptable delays in fulfilling the agency's requirements. The modification will be awarded on a sole source basis in the interest of avoiding duplicated costs and unacceptable delays resulting in gaps of the installation of the ENFAAS system. Parties may identify their interest; accompanied by supporting literature to the Contracting Officer and Contracting Specialist. Please direct all interest, questions and concerns regarding this NOCA via email to Mr. Coit, Contracting Officer, at anthony.coit@us.af.mil and Mr. Lance Clarke, Contracting Specialist, at lance.clarke@us.af.mil no later than 12:00 PM EDT, on 05-AUG-2015. No telephone responses will be accepted. All information received from responsible sources will be considered. The determination to conduct a competitive procurement based on responses to this notice is solely within the discretion of the Contracting Officer. This NOCA is for planning purposes only and does not constitute a Request for Proposal nor does its issuance restrict the Government as to the only acquisition approach. The Government will not pay for any information received in response to this notice nor will the Government compensate a respondent for any costs incurred in developing the information provided to AFLCMC/HNIK. An AFLCMC Ombudsman is available to consider and facilitate the resolution of concerns from offerors, potential offers, and others for this acquisition. Before consulting the Ombudsman, concerned parties should first address their concerns, issues and disagreements, and/or recommendation to the listed Contracting Officer above for resolution. The AFLCMC/XZC Ombudsman, located at Wright Patterson, OH serves as the Ombudsman for all of AFLCMC, including its GSUs. The Ombudsman hears concerns about specific issues in acquisitions, communicates those concerns from industry or Government personnel, and assists in the resolution of those concerns. The Ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes, nor does the Ombudsman diminish the authority of the program manager, contracting officer, or source selection official. When approached with an issue or query, the Ombudsman independently assesses the situation and provides a response or initiates a resolution, and when requested, will maintain confidentiality as to the source of the inquiry. The AFLCMC ombudsman can be contacted at: Ms. Jill Willingham-Allen AFLCMC Ombudsman 1790 10th Street Wright Patterson AFB, OH 45433 Telephone: 973-255-5472 Email: jill.willinghamallen.1@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/FA877104D0007RSLN/listing.html)
- Place of Performance
- Address: Hanscom AFB, Hanscom, Massachusetts, 01730, United States
- Zip Code: 01730
- Zip Code: 01730
- Record
- SN03804894-W 20150723/150721235610-c95e355b1e848fe2afc904bb9e00b55e (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 |