Special Warfare Assault Kit (SWAK) Operational Control System (OCS)

expired opportunity(Expired)
From: Federal Government(Federal)
FA8629-15-D-2469

Basic Details

started - 04 May, 2020 (about 4 years ago)

Start Date

04 May, 2020 (about 4 years ago)
due - 15 May, 2020 (about 4 years ago)

Due Date

15 May, 2020 (about 4 years ago)
Pre-Bid Notification

Type

Pre-Bid Notification
FA8629-15-D-2469

Identifier

FA8629-15-D-2469
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710210)DEPT OF THE AIR FORCE (60553)AFMC (17421)AIR FORCE LIFE CYCLE MANAGEMENT CENTER (4871)INTELLIGENCE, SURVEILLANCE, RECONNAISSANCE (385)FA8629 AFLCMC WISK SOF/PR (122)
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.

NOTICE OF INTENT TO AWARD SOLE SOURCEThe United States Air Force Material Command, Air Force Life Cycle Management Center, Special Warfare Contracting Office, Wright-Patterson AFB, OH (AFLCMC/WISK) intends to negotiate a sole source Firm-Fixed-Price extension of contract, FA8629-15-D-2469, with Black Diamond Advanced Technology (BDAT), LLC. The proposed contract action will continue to procure Special Warfare Assault Kit’s (SWAK) Operational Control System (OCS), which was formerly referred to as Battlefield Air Operations (BAO) Kit OCS. BDAT will continue to provide proprietary OCS hardware which consists of a cabling hub, a power and data manager (software) and specialized cabling necessary to meet the System/Subsystem Specification (SSS) requirements for Special Warfare Assault Kits (SWAK), formerly referred to as the Battlefield Airmen Operations (BAO) Kit. The OCS enables the operator by bringing in all of the peripherals needed for mission execution into a single interface, or
the End User Device or computer, which runs the SWAK software suite. The SWAK software suite determines battlefield information such as situational awareness and targeting information, and subsequently enters this data into tactical data networks. In totality, the OCS provides a small, lightweight, portable, rugged, and configurable body-worn tactical computing system to SW operators conducting command and control, fires execution, medical activities, and joint coordination.The applicable NAICS code is 334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing. The size standard as defined by the U.S. Small Business Administration (SBA) is 750 employees.The Government intends to solicit and negotiate with only one source under the authority of the 10 United States Code (USC) 2304 (c)(1) as implemented in FAR 6.302-1(a)(2).The proposed source is BDAT, 2301 Yeager Dr., Chandler, AZ. The reason for lack of competition is as follows. Only BDAT is capable to fully meet the OCS requirement for the next twenty months without substantial duplication of costs or impact to the schedule. At this time, replacement of fielded OCS is cost prohibitive. Program Office plans to combine the SWAK Machine to Machine (M2M) and OCS programs into System, Engineering & Integration (SE&I) contract. Although the Program Office identified sufficient and relevant industry capability to support a full and open competition for SE&I, potential offerors require additional data which the Government lacks. BDAT has proven performance in this arena by providing engineering, test, production, delivery and training for all three customers for the OCS kit which is currently successfully operationally fielded in both training and combat environments.  As the designer and manufacturer of this OCS solution, BDAT is the only source who can leverage these highly specialized skills, gained over five years, for sustainment of the current configuration, resolution of deficiencies as they are identified, and incorporation of new capabilities to meet end-users requirements.A determination by the Government whether to compete this proposed contract action 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. This notice of intent is not a request for competitive proposals; however, all responsible sources may submit a capability statement or exception to the intent to purchase on a sole source basis.All information submitted should support the respondent’s capability to provide the items required, and shall be furnished as no cost of obligation to the Government. Responses must be in writing and must provide clear and concise documentation.The Government shall consider responses that are received not later than 5:00 PM Eastern Time, Friday, 15 May 2020. All inquiries and responses may be submitted in writing (phone calls will not be accepted) to jeremiah.forsythe@us.af.mil.

Chandler ,
 AZ  85286  USALocation

Place Of Performance : N/A

Country : United StatesState : ArizonaCity : Chandler

Classification

naicsCode 334220Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
pscCode 5895Miscellaneous Communication Equipment