SOLICITATION NOTICE
R -- Suite of Integrated Radio Frequency Countermeasures (SIRFC) system
- Notice Date
- 12/13/2024 6:12:12 AM
- Notice Type
- Presolicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- AMSAM-SPK FORT EUSTIS VA 23604-5577 USA
- ZIP Code
- 23604-5577
- Solicitation Number
- H9224125R0002
- Response Due
- 12/27/2025 7:00:00 AM
- Archive Date
- 01/11/2026
- Point of Contact
- Stephanie Dillon
- E-Mail Address
-
stephanie.f.dillon.civ@socom.mil
(stephanie.f.dillon.civ@socom.mil)
- Description
- The United States Special Operations Command (USSOCOM), Special Operation Forces (SOF), Acquisition Technology and Logistics (AT&L), Technology Applications Program Office (TAPO) intends to award a non-competitive sole source follow-on contract under the authority of FAR 6.302-1 for the procurement of the continued life-cycle support of the AN/ALQ-211 Suite of Integrated Radio Frequency Countermeasures (SIRFC). The contract will support the AN/ALQ-211 system through procurement of Program Management, Engineering Support, Contractor Logistics Support, Material Procurement, Field Service Representatives, and Administration Support. The intended source for this procurement is L3Harris Technologies, Inc., 77 River Road, Clifton, New Jersey 07014-2000 Cage: 28527. The intended award will result in a hybrid Firm Fixed Price, Cost-Reimbursable, and Cost-Plus Fixed Fee, Indefinite Delivery Indefinite Quantity (IDIQ) Contract. The IDIQ will consist of one (1) five-year ordering period and a six (6) month option to extend the ordering period. The Agency has tentatively assigned North American Industry Classification System (NAICS) Code 334511 � Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing, to the requirement, but interested sources can recommend other NAICS Codes for agency consideration Small Business Size Standard: 1350. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of the FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements. Per FAR 6.302-1(a)(2)(ii), Supplies may be deemed to be available only from the original source in the case of a follow-on contract for the continued development or production of a major system or highly specialized equipment, including major components thereof, when it is likely that award to any other source would result in (1) substantial duplication of cost to the Government that is not expected to be recovered through competition, or (2) unacceptable delays in fulfilling the agency's requirements. (See 10 U.S.C. 3304(b)(2) or 41 U.S.C. 253 (d)(1)(B). L3Harris Technologies, Inc. is the only available source who can support the sustainment of the AN/ALQ-211 system as its sole designer and developer. In addition to possessing unique knowledge and in-depth understanding of the design and operation of the AN/ALQ-211 system, L3Harris Technologies, Inc. maintains intellectual property rights for the AN/ALQ-211. A Sources Sought Notice was publicized as required by DFARS 206.302-1(d) on 16 November 2023. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all capabilities statements or proposals received within the closing date set in this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. All interested, capable, and responsible sources that would like to respond to this pre-solicitation synopsis are encouraged to provide a statement of interest along with supporting documentation to Mrs. Stephanie Dillon, stephanie.f.dillon.civ@socom.mil, no later than 10:00 am Eastern Time on 27 December 2024. The interested source bears the burden of substantiating its proposed system meets the Government�s requirements without substantially duplicating the cost and schedule already incurred for development and qualification of the L3Harris Technologies, Inc. system.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a49fcdbce02344eaa4396876a5e8cf79/view)
- Place of Performance
- Address: Fort Eustis, VA, USA
- Country: USA
- Country: USA
- Record
- SN07291579-F 20241215/241213230107 (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 |