SOLICITATION NOTICE
R -- EWAISF CEESIMs, RISS, TCS, SIMNET Sustainment Support Services
- Notice Date
- 4/3/2020 8:59:14 AM
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- FA8523 AFLCMC WNKD ROBINS AFB GA 31098-1670 USA
- ZIP Code
- 31098-1670
- Solicitation Number
- FA8523-20-R-0008
- Response Due
- 5/4/2020 1:00:00 PM
- Archive Date
- 11/30/2020
- Point of Contact
- Ricardo Jones, Phone: 478-926-5371, Timothy Hanson, Phone: 478-926-5251
- E-Mail Address
-
ricardo.jones@us.af.mil, timothy.hanson.7@us.af.mil
(ricardo.jones@us.af.mil, timothy.hanson.7@us.af.mil)
- Description
- This statement provides notice that the government anticipates awarding a contract to provide engineering services that will consist of recurring and non-recurring engineering tasks in support of the Combat Electromagnetic Environment Simulators (CEESIMs), Real Time Infrared/electro-optic Scene Simulator (RISS), Test Control Subsystem, Simulation Network (SIMNET) server, future Northrop Grumman Amherst Systems products, and related support equipment located in the EWAISF.� The CEESIMs which make up the largest portion of the EWAISF SIMNET test resources are used primarily in the development, testing, and support of sustainment software such as mission data & Operational Flight Programs (OFPs). Engineering services anticipated under this IDIQ contract will support the sustainment of the SIMNET�s test resources, technology refreshes of the SIMNET�s test resources, CEESIM Digital & RF Generation drawer upgrades, rack modifications/replacements, and SIMNET test resource spares. The proposed contract action is for services �for which the Government intends to negotiate and award a sole source IDIQ contract with a� 54 month period of performance(a 6 month basic contract plus four (4) one-year options) to Amherst Systems, CAGE �(CAGE: 1L4J7), 1740 Werle Drive Buafflo, New York. A mix of firm fixed price, cost reimbursement fixed fee, and cost reimbursement contract line item numbers (CLINs) will be utilized. The place of performance will be a combination of US Government installations and contractor�s facility.� This is in accordance with Federal Acquisition Regulation (FAR) 6.302-1 ""Only One Responsible Source and no Other Supplies or Services Will Satisfy Agency Requirements"". All responsible sources may submit a capability statement of proposal, which shall be reviewed by the U.S. Government. A determination by the Government to not compete this proposed contract action will be based upon responses to this notice is solely within the discretion of the Government. In accordance with Air Force Instruction (AFI) 16.201, foreign participation is not permitted at the prime contractor level. All potential offerors should contact the Contracting Specialist/Procuring Contracting Officer identified above for additional information, questions, and/or concerns. This solicitation is expected to be released on 6 May 2020 with a response due no later than 30 days after the issuance of the solicitation.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/409cd231c89d40ff937c16dec0e0ca4b/view)
- Place of Performance
- Address: Warner Robins, GA 31088, USA
- Zip Code: 31088
- Country: USA
- Zip Code: 31088
- Record
- SN05609851-F 20200405/200403230140 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |