Presolicitation for Contractor Logistic Support

expired opportunity(Expired)
From: Federal Government(Federal)
FA821722R5000

Basic Details

started - 02 Dec, 2021 (about 2 years ago)

Start Date

02 Dec, 2021 (about 2 years ago)
due - 17 Dec, 2021 (about 2 years ago)

Due Date

17 Dec, 2021 (about 2 years ago)
Pre-Bid Notification

Type

Pre-Bid Notification
FA821722R5000

Identifier

FA821722R5000
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710996)DEPT OF THE AIR FORCE (60635)FA8217 AFLCMC HBZK (55)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Synopsis for CSEL CLSPre-solicitation Notice for FA821722R5000____________________________________________________________________________________NOTICE:This is not a solicitation but rather a Pre-Solicitation Synopsis as required by FAR 5.2The purpose of this synopsis is to inform the market that the United States Air Force intends to solicit, negotiate and award a sole-source Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a 5-year ordering period (est.) for Contractor Logistic Support services to support the Combat Survivor Evader Locator (CSEL) program to The Boeing Company. The proposed NAICS is 334220 – Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing, which has a corresponding size standard of 1,250 employees.The Agency conducted market research through a sources sought synopsis to determine whether any other sources could provide sustainment capabilities for the CSEL/CLS.   The Agency determined from market research that the
services are deemed to be available only from the original source for the continued sustainment for CSEL equipment. It is likely that award to any other source would result in: (A) Substantial duplication of costs to the Government that is not expected to be recovered through competition, and (B) 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).) FAR 6.302-1 – Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.DESCRIPTION:The CSEL system provides communications to aid in the location and recovery of Isolated Personnel (IP). The CSEL Enterprise is not a commercial product.  The User, Ground, and Over the Horizon segments are military unique and were specifically designed and fielded by The Boeing Company to locate, identify, authenticate, and rescue downed aircrew members during evasion and recovery operations for the Personnel Recovery mission.  This entails the use of satellite communications for secured messaging, the Global Positioning System (GPS) for exact location, and a ruggedized hand held radio with unique capabilities for various field environments supporting all military service operational environments.  Therefore, this acquisition is for support of highly specialized, performance-based services including: Program Management, Logistics Support, Systems Engineering, Software Maintenance and Cybersecurity, Technical Order Sustainment, and Management of Government Furnished Property (GFP).RESPONSE:All responsible sources may submit a capability statement, proposal or quotation which shall be considered by the Agency.  If interested sources anticipate providing a capability statement, proposal or quotation, please include a detailed description/summary of the capability, a Rough Order of Magnitude cost to sustain the current CSEL system.  No foreign participation is allowed on this effort.Capability Statements and requests for the solicitation shall be submitted to the point of contact(s) no later than 15 days from the date of this posting. Proposals/quotations shall be submitted to the point of contacts(s) 30 days from the date of receipt of solicitation and Performance Work Statement.Interested sources may obtain the solicitation and Performance Work statement (PWS) on this synopsis per FAR 5.207(c)(17) by contacting the point of contact(s) and providing a valid and current signed DD 2345 form.  The PWS is an export controlled document, Distribution Statement D.CONTACT INFORMATION:POC for further informationWendy Farley, wendy.farley@us.af.milOrRyan Kashanipour, ryan.kashanipour@us.af.mil

USALocation

Place Of Performance : USA

Country : United States

You may also like

CONTRACTOR LOGISTICS SUPPORT FOR THE C-20/C-37 AIRCRAFT FLEETS.

Due: 31 Jan, 2025 (in 9 months)Agency: DEPT OF DEFENSE

80ARC024D002 Logistics Support Services (LSS) Award

Due: 11 May, 2024 (in 6 days)Agency: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION

Cryptologic Logistics Automated Support System (CLASS)

Due: 07 May, 2024 (in 3 days)Agency: DEPT OF DEFENSE

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 334220Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
pscCode J059Maintenance, Repair and Rebuilding of Equipment: Electrical and Electronic Equipment Components