Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 06, 2020 SAM #6856
SOURCES SOUGHT

A -- JTAGS Ceiling Increase

Notice Date
9/4/2020 9:57:07 AM
 
Notice Type
Sources Sought
 
NAICS
54171 — Research and Development in the Physical, Engineering, and Life SciencesT
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-5090 USA
 
ZIP Code
35898-5090
 
Solicitation Number
W9113M-12-C-0055-P00094
 
Response Due
9/7/2020 1:00:00 PM
 
Archive Date
09/22/2020
 
Point of Contact
George L. Brown, Phone: 2568765063
 
E-Mail Address
george.l.brown1.civ@mail.mil
(george.l.brown1.civ@mail.mil)
 
Description
The United State Army Contracting Command, Redstone Arsenal, Alabama is intends to issue a contract modification to Joint Tactical Ground Station (JTAGS) contract W9113M-12-C-0055, on a sole source basis, pursuant to only one responsible source who can meet the requirements. This contract modification will increase the JTAGS contract ceiling by $8,000,000.00, from $142,052,335.16 to $150,052,335.16. The period of performance remains unchanged through 30 September 2021. This sources sought notice for market research only and is not to be considered a request for proposal. This action is a modification to add an additional task to contract W9113M-12-C-0055. It is contemplated that this award will be made on an other than Full and Open competition approach in accordance with Federal Acquisition Regulation (FAR) 6.302-1. The Government intends to award a modification to Northrup Grumman Contract No W9113M-12-C-0055, for this requirement. A synopsis will not be issued in accordance with FAR 5.202(a)(11). A solicitation will not be issued. This sources sought notice does not constitute a formal notice of solicitation/request for proposal/request for quotation or a promise to issue a solicitation in the future. Submission of any information in response to this sources sought notice is strictly voluntary; the Government assumes no financial responsibility for any costs incurred for preparation of responses to this sources sought notification or any follow up information request. All responses will be considered. Extraneous materials (brochures, manuals, etc.) will not be considered. Responses to these notices are not offers and cannot be accepted by the Government to form a binding contract. All responses should be directed to George Brown at George.l.brown1.civ@mail.mil and must be received by 7 September 2020 at 4pm central time. Telephone or facsimile inquiries and/or responses will not be accepted. Description of Services:� The JTAGS major services to be acquired with this modification are the engineering services. These services will provide a continuation of development efforts to address Risk Management Framework (RMF) compliance, cyber security Plan of Actions & Milestones (POA&M) activities, evolving cyber security requirements, and other emerging threats, to support Joint/Integrated Fires Architecture and Air and Missile Defense activities. Unanticipated engineering/program requirements utilizing the engineering services CLIN (i.e., emerging threats, Block II fielding support, US Central Command (CENTCOM) system move and evolving cyber security requirements) expended available engineering services hours at a faster rate than anticipated. Additional hours are needed to support the JTAGS acquisition mission. The JTAGS Block II system has been in development/production/fielding/sustainment with the current contractor for eight years. The JTAGS Engineering Services effort on the JTAGS Block II system is limited and irregular. Based on the contractor's extensive history with the JTAGS system, and their possession of the knowledge required to successfully complete unplanned Engineering Services efforts, it is determined that no other contractor could provide suitable support in a timely manner �no other contractor has the broad experience needed to address the myriad of issues/requirements that might be required in support of the JTAGS Block II system.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9366dd52d7754b9a9a30e00ffadc4427/view)
 
Place of Performance
Address: Colorado Springs, CO 80916, USA
Zip Code: 80916
Country: USA
 
Record
SN05788448-F 20200906/200904230153 (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 |
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.