Inactive
Notice ID:FA857423R0001
The purpose of this effort is to procure 5.5 years (one [1] twelve [12] month base period, four [4] 12 month option periods, and a six [6] month option to extend services). This effort is a Firm-Fixed...
The purpose of this effort is to procure 5.5 years (one [1] twelve [12] month base period, four [4] 12 month option periods, and a six [6] month option to extend services). This effort is a Firm-Fixed Price (FFP) type contract for Contractor Logistics Support (CLS)/Engineering Services, for the Joint Range Extension (JRE), Joint Range Extension Gateway (JRE-GW), and Joint Range Extension Tactical Equipment Package (JTEP). Tasks include, but are not limited to the following: repair services, program management, engineering services, help desk, government furnished equipment (GFE) management, scheduled/unscheduled maintenance, software updates, logistics, cyber security, field support, configuration management (CM), submission of engineering change proposals (ECP), deficiency report investigation, and other support as directed by the Government. The preponderance of work for this effort is in Computer Systems Integration Design Services which comprises 45% of the effort to include Sustainment & Maintenance, Field Support, Help Desk, and Software Sustainment as described above. The rest of the effort is broken into tasks with smaller percentages such as cyber security, training, stock/storage parts, and travel. SAIC is the owner of the design and manufacturing data for the JRE GW. JRE utilizes software proprietary to SAIC as well as technical/intellectual design and fabrication drawings for which SAIC reserves the right. SAIC retains the level III design and manufacturing data for the JRE/JTEP system. The Government does not own the data for this procurement. The Government intends to award this contract on a sole source basis under authority 10 U.S.C 2304 (c) (1) Justification supplies or services required are available from only one or a limited number of responsible sources and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiated with only one or a limited number of sources under the authority of FAR 6.302. A determination by the Government not to compete 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. Foreign participation is not permitted at the prime contractor level. All potential offerors should contact the buyer/PCO identified above for additional information and or to communicate concerns, if any, concerning this acquisition.