SOURCES SOUGHT
A -- Sources sought for an IDIQ contract for post-production support of Contractor Logistics Support (CLS) and Engineering Services of the Block II Phase 2 JTAGS Pre-Planned Product Improvement (P3I) (JTAGS-P3I) System of Systems
- Notice Date
- 12/17/2020 5:00:51 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- W6QK ACC-RSA REDSTONE ARSENAL AL 35898-5090 USA
- ZIP Code
- 35898-5090
- Solicitation Number
- W31P4Q-21-R-0028
- Response Due
- 12/29/2020 10:00:00 AM
- Archive Date
- 01/13/2021
- Point of Contact
- Jeffrey D. Cox, Phone: 256-842-8016, Bryan Luchsinger, Phone: 256-876-4964
- E-Mail Address
-
jeffrey.d.cox46.civ@mail.mil, bryan.g.luchsinger.civ@mail.mil
(jeffrey.d.cox46.civ@mail.mil, bryan.g.luchsinger.civ@mail.mil)
- Description
- This Request for Information (RFI) announcement is to identify any interested sources before soliciting a non-competitive acquisition per FAR 6.302-1, �Only One Responsible Source,� for a new contraction action for Integrated Fires and Mission Command (IFMC) Joint Tactical Ground Station (JTAGS) support.� This is a Sources Sought announcement for market survey purposes only.� This is not a solicitation for proposals and no contract shall be awarded from this announcement.� This Sources Sought Announcement is for CLS and Engineering Services for the JTAGS Block II Phase II Systems. An Indefinite-Delivery, Indefinite-Quantity contract with Cost Plus Fixed Fee and Cost Reimbursable contract type is expected to be used. The requirements of this acquisition is for post-production support, including appropriate program management, engineering, configuration management, product assurance, production planning, testing, and logistics support planning, of CLS and Engineering Services provided by Northrop Grumman Corporation for the JTAGS Block II Systems under Contract W9113M-12-C-0055.� The Contractor shall continue to provide Contractor Logistics Support (CLS) to the JTAGS Block II Phase 2 Systems necessary to maintain the fielded systems until such time as JTAGS Block III systems become operational.� Integrated Product Support (IPS) concepts shall be utilized to provide personnel, including logistics and technical engineering support, Contractor facilities, facility management, equipment, materials, spares and repair parts, incidental supplies and supply support, and depot level maintenance to carry out the sustainment, engineering, logistics and operational mission support, to include all related hardware and software managed, developed, and supported by the Contractor for the JTAGS Block II Systems. Examples of CLS and Engineering Services that will be provided include: a. Maintain and sustain the operational mission capabilities of the JTAGS Block II Phase 2 Systems until fielding of the JTAGS Block III System is complete. b. Identify support requirements and sustainment issues that impact or create obsolescence risks to the JTAGS Block II Phase 2 Systems and replace upon direction of the Government. c. Ensure the training mission capabilities of the JTAGS Block II Phase 2 Systems are maintained. d. Provide documentation that provides insight into CLS efforts and transactions executed against funding, personnel, and supply and equipment activities and actions taken in support of the JTAGS operational and training missions; to include travel, system changes, and or required modifications to hardware and software directed to address obsolescence for Government Furnished Equipment (GFE), Commercial Off The Shelf, and developed hardware. Foreign participation will be allowed only at the subcontract level by waiver. Responses must be received no later than 07 business�days from the date of this document posting. Offeror�s response to this announcement shall be limited to 20 pages and shall include the following information: Offeror�s name, address, point of contact, phone number, and email address. Offeror�s interest in bidding on the solicitation when it is issued. Offeror�s CAGE Code, business size, (if a small business, please indicated whether HUB Zone, Service Disabled Veteran Owned Small Business etc.) Offeror�s Joint Venture information, if applicable (existing and potential) All responses shall be submitted to the U.S. Army Contracting Command, ATTN:� CCAM-SM-C/Bryan G. Luchsinger, Jeffrey D. Cox, and Amber L. Blackwell, Building 5250, Redstone Arsenal, AL� 35898-5280 or email bryan.g.luchsinger.civ@mail.mil; jeffrey.d.cox46.civ@mail.mil; amber.l.blackwell5.civ@mail.mil and courtesy copied to JTAGS/IFMC Project Office, ATTN:� SFAE-MSL-MCJ/SFAE-MSL-MC/ Amber L. Blackwell, Building 5250, Redstone Arsenal, AL� 35898-5280 or email amber.l.blackwell5.civ@mail.mil. Your written responses are required by 1200 CDT 22 December 2020.� All questions and comments must be in writing (electronic email responses are acceptable), and no telephone calls will be accepted. The submission of this information is for planning purposes and is not to be construed as a commitment by the Government to procure any items, nor does the U.S. Army intend to award on the basis of this request for sources sought or otherwise pay for the information solicited.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/fae16ccfa19e41ae954c1f60a039c6c0/view)
- Place of Performance
- Address: Colorado Springs, CO 80916, USA
- Zip Code: 80916
- Country: USA
- Zip Code: 80916
- Record
- SN05877105-F 20201219/201217230119 (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 |