Inactive
Notice ID:FA8823-19-R-0001
The Space and Missile Systems Center (SMC) Space Logistics Directorate contracting branch (SMC/PKL) located at Peterson AFB, Colorado, is contemplating acquisition and award of a single contract for e...
The Space and Missile Systems Center (SMC) Space Logistics Directorate contracting branch (SMC/PKL) located at Peterson AFB, Colorado, is contemplating acquisition and award of a single contract for engineering support of Wideband Orbital Operations Logistics and Resiliency (WOOLR). The Government intends to award a contract with a one-year base period with six one-year options periods. If all options are exercised, the period of performance would be 1 January 2020 through 31 December 2026. The Government requires systems engineering and sustainment support for the Wideband Global SATCOM (WGS) constellation. The WOOLR effort will include Sustaining Engineering, On-Orbit Satellite Operations and Sustainment Support, interoperability and Integration Support for Wideband SATCOM Systems-of-Systems, and Sustainment Infrastructure Support and Maintenance. The purpose of this Notice of Contracting Action (NOCA) is to announce the Government's intention to pursue a Sole Source procurement for Wideband Orbital Operations Logistics and Resiliency (WOOLR). This NOCA does not constitute a Request for Proposal (RFP), nor is it to be construed as a commitment by the Government to release a competitive solicitation or award a contract. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. The Government will not recognize any cost associated with submission of information in response to this or previous notices. The Government will not pay for any effort expended in responding to this notice. A subsequent Request for Proposal is expected to be sent to: The Boeing Company 900 N Sepulveda Blvd El Segundo, CA 90245 Marissa Hatch 719-627-6197 Based on market research, the Government has an approved justification to acquire these services on a sole source basis. A resulting contract will be awarded under the authority of Federal Acquisition Regulation (FAR) Part 6.302-1(a)(2) as Only One Responsible Source and No Other Supplies or Services Will Satisfy the Agency's requirements. This notice of intent is for informational purposes only and is not a request for competitive proposals. A sources sought synopsis was posted on FedBizOpps (FBO) on 29 January 2018, titled Wideband Global SATCOM (WGS) On-Orbit Operations and Logistics Sustainment Support II (WOOLSS II), which was used for market research and the justification to acquire these services sole source. The applicable North American Industry Classification System (NAICS) code is 541330 with a size standard of $15M annually. The Service Code is: R425 Engineering and Technical Services. Seven companies provided statements of capability in response to the FBO sources sought posting. Only one was determined to have the immediate capabilities to meet the Government's requirement. The determination by the Government not to open the requirement to full competition based upon the responses to this notice is solely within discretion of the Government. Some firms were found to possess the capabilities necessary to meet a narrow subset of the requirements; however, no single source other than Boeing could meet the full set of requirements. In addition, based on the Government's analysis; a smaller breakout to segregate requirements is not considered feasible nor would significant benefits be gained through competition as compared to potential duplication of costs that would not be expected to be recovered. Furthermore, WOOLR requires a full complement of operations sustainment for the WGS satellites. Given the government's limited ownership of technical and software data on the WGS system, it was determined the Original Equipment Manufacturer (OEM) was the only vendor capable of providing the highly specialized service skill-set required to sustain an operational constellation. If the Government elects to do so, a projected Request for Proposal (RFP) release date for this effort is estimated to be no sooner than 15 calendar days after this Notice of Contract Action and will be directed solely to the prospective source identified above. The projected RFP release date for this effort is August 2019. The estimated contract award date is first quarter Fiscal Year 2020. The following contract types anticipated to be utilized are Fixed Price Incentive Firm (FPIF), Cost Plus Fixed Fee (CPFF), and Cost Reimbursable (CR). The notice expires 15 days after publication.