SOLICITATION NOTICE
58 -- Next Generation HandHeld and Manpack Radios Sustainment
- Notice Date
- 1/19/2023 1:32:25 PM
- Notice Type
- Presolicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- HQ USSOCOM TAMPA FL 33621-5323 USA
- ZIP Code
- 33621-5323
- Solicitation Number
- PRESOLNGHHNGMPSUSTAIN
- Response Due
- 2/3/2023 1:30:00 PM
- Archive Date
- 02/04/2023
- Point of Contact
- Jennifer S. Pruente, Phone: 813-519-2829, Charlotte Montoya
- E-Mail Address
-
jennifer.s.pruente.civ@socom.mil, charlotte.k.montoya.civ@socom.mil
(jennifer.s.pruente.civ@socom.mil, charlotte.k.montoya.civ@socom.mil)
- Description
- This notice is for informational purposes only IAW FAR 5.203(a).��� This is not a formal Request for Quote (RFQ) or proposal (RFP).� Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement.� United States Special Operations Command (USSOCOM) intends to solicit and negotiate an Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract on a sole source basis under the authority of FAR 6.302-1 with L3Harris Technologies, Inc. (L3H), 1680 University Avenue, Rochester, NY 14610 for the procurement and sustainment of the AN/PRC-163 Next Generation Handheld (NGHH) radios, AN/PRC-167 Next Generation Manpack (NGMP) radios, AN/PRC-161 Handheld Link 16 (HHL-16) radios, and KOR-24A/KOR-24B Small Tactical Terminal (STT) radios. Additionally, the scope will include the required sustainment and/or disposal of legacy radios (AN/PRC-152(v)5/6, AN/PRC-152A and AN/PRC-117G) as well as training in support of the PEO C4 Tactical Communications POR as outlined in the Statement of Work (SOW). The IDIQ contract is anticipated to have seven, one year ordering periods starting on approximately 04 Sep 2023 through 03 Sep 2030. The contract minimum guarantee will be $2.5K with a maximum ceiling value still being finalized.� As outlined the attached draft Justification and Approval (JNA), a determination not to compete this proposed contract was made pursuant to the Federal Acquisition Regulation (FAR) 6.302-1, only one source capable of satisfying the agency's requirements. All the equipment to be included on this contract results from a previous contract (H92222-15-D-0031, H92222-17-D-0021, H92222-18-D-0005 and H92401-18-D-0002), which were for the development and integration of and/or the production and sustainment of each product. L3H is the sole Original Equipment Manufacturer (OEM) of this PME and all associated ancillaries. As such, the hardware, software, and associated technical data necessary for production and to provide the related sustainment and support services are proprietary to L3H. Per FAR 5.207(c)(16)(ii), all responsible sources may submit additional capability statements that will be considered by the agency. Any party responding to this notice shall send clear, factual documentation demonstrating their ability to execute this requirement. NOTE: Capability statements must also demonstrate the ability to provide alternate capabilities that not only meets all the key capabilities of the L3H AN/PRC-163, AN/PRC-167, AN/PRC-161, and KOR-24A/KOR-24B radios listed above and possesses the required certifications, but also offers increased capabilities that outweigh the substantial duplication of cost to the Government and significant delays in fulfilling USSOCOM mission requirements that would be associated with introducing alternate capabilities at this time on a competitive basis. All replies must be provided to the Government no later than Friday, 03 February 2023, at 4:30 p.m. Eastern Standard Time.� All inquiries and responses concerning this action shall be sent in writing via email to: jennifer.s.pruente.civ@socom.mil and charlotte.k.montoya.civ@soscom.mil. Senders are responsible for ensuring the complete transmission and timely receipt. All inquiries to this notice shall be sent via e-mail to jennifer.s.pruente.civ@socom.mil and charlotte.k.montoya.civ@soscom.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a1cde13779584f2f9cd307e2f51172a8/view)
- Record
- SN06568365-F 20230121/230119230111 (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 |