Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 07, 2015 FBO #5097
SOLICITATION NOTICE

58 -- CRIIS Modification, Integration, and Support IDIQ

Notice Date
11/5/2015
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Material Command, AFLCMC/EBYK - Eglin, 314 Choctawhatchee Ave, Eglin AFB, Florida, 32542, United States
 
ZIP Code
32542
 
Solicitation Number
FA8678-16-D-0048
 
Archive Date
12/5/2015
 
Point of Contact
Rodney Lewis, , Cheri Taylor,
 
E-Mail Address
rodney.lewis.1@us.af.mil, cheri.taylor.2@us.af.mil
(rodney.lewis.1@us.af.mil, cheri.taylor.2@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTICE OF CONTRACT ACTION (NOCA) - The Air Force Life Cycle Management Center, Armament Directorate, Common Range Integrated Instrumentation System (CRIIS) Branch (AFLCMC/EBYC), Eglin AFB, FL, intends to solicit and award a five (5) year Indefinite-Delivery, Indefinite-Quantity (IDIQ) sole source contract under the authority of FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements (10 U.S.C. 2304(c)(1)) to Rockwell Collins (RC), 400 Collins Road NE, Cedar Rapids, IA, 52498-0505. It is anticipated that the new contract will be awarded on or before April 2016 with a maximum ceiling value of $83 million. Specific contract requirements include : modification, integration, and support for the CRIIS, including design, development and testing of system and block upgrades; software updates/maintenance required for effective use of CRIIS system at the major Department of Defense (DoD) test ranges, upgrades/updates to associated support and test equipment; and integration of CRIIS elements/subsystems with other Government systems, networks, and range sensors/systems. The delivery/task orders awarded under this contract may also include additional spares/kits, obsolescence and technology refresh, technical data, retrofits, Government directed repairs and technical and logistic support and associated travel to maintain CRIIS IAW System Performance Specification (SPS) requirements and existing program support strategies. The Contractor may also be required to support/conduct special investigations, analyses, and certification efforts, as directed by the Government. In accordance with FAR 5.207(c)(16)(ii), all responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. The nature of this IDIQ contract requires quick turn procurements to maintain efficient use of the system; satisfy Major Range and Test Facility Base (MRTFB) Test and Evaluation needs; and provide unplanned maintenance actions while ensuring existing and verified SPS requirements are retained. Any submission shall demonstrate how the source can provide the requirements identified above without incurring unacceptable delays to the CRIIS program activities. Responses must be received within 15 calendar days after the posted date of this synopsis. An IDIQ contract is anticipated, which may utilize fixed-price, cost-reimbursement, incentive, and time and material contract types. As stated above, it is estimated that the total base contract ordering period will be for five (5) years from time of award. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Any capability statement, proposal, or quotation received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. All respondents shall specify whether it is a large business, small business, small disadvantaged business, 8(a) concern, woman-owned small business, HUBZone small business, veteran-owned small business or service-disabled veteran-owned small business. Respondents shall also specify whether they are a U.S. or foreign-owned firm. Foreign owned firms are advised to contact the contracting officer or program manager before submitting a response to determine whether there are restrictions on receiving an award. The Air Force Life Cycle Management Center has appointed an Ombudsman to hear concerns from potential offerors relating to this acquisition. The Ombudsman does not diminish the authority of the Program Director or Contracting Officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Matters of a routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman but rather the Contracting Officer identified. For any other concerns, interested parties may contact the following Air Force Life Cycle Management (AFLCMC) Ombudsman: Ms. Jill Willingham-Allen, AFLCMC/AQP, 1790 10th Street, Bldg. 572, Rm 209B, Wright-Patterson AFB, OH 45433-7630, (937) 255-5472, jill.willinghamallen.1@us.af.mil. Communications concerning this acquisition should be directed to Cheri Taylor, Contract Specialist, (850) 883-1824; e-mail cheri.taylor.2@us.af.mil or Rodney Lewis, Contracting Officer at AFLCMC/EBYK, 102 West D Avenue, Bldg 11, Eglin AFB, FL 32542-5495 at (850) 883-3964; e-mail rodney.lewis.1@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ac4ccc8c7a4194e2f61578dbbf85053e)
 
Record
SN03939137-W 20151107/151105234350-ac4ccc8c7a4194e2f61578dbbf85053e (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.