Inactive
Notice ID:PA-629
This is a Notice of Intent, not a request for quote. Under the authority of FAR 6.302?1, Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements (10 USC 2304(c)(...
This is a Notice of Intent, not a request for quote. Under the authority of FAR 6.302?1, Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements (10 USC 2304(c)(1)), the Space and Missile System Center intends award a contract modification for Next Generation Operational Control System (OCX) Interim Contractor Support to Raytheon Company (Raytheon), 16800 E CentreTech Pkwy, Aurora CO 80011-9046. One purpose of this notification, in accordance with FAR 5.002, is to assist small business concerns in identifying potential subcontract opportunities. The Interim Contractor Support (ICS) is for the ground-based command and control segment of GPS. The ICS phase will begin upon acceptance of OCX Blocks 1 & 2 at DD250 and continue with a two-year base year and four six-month options. Formalized OCX sustainment, capability insertion and integration, and GPS Enterprise support will be included throughout the ICS period. The anticipated award of the contract modification is November 2020 and it must incorporate pre and post DD250 activities. OCX is heavily involved in the Agile and DevOps infrastructure, tooling, processes, testing, and investments, and will leverage those to the maximum extent possible throughout sustainment. Market research conducted to date by the Space and Missile Systems Center has included the posting of a Sources Sought Synopsis on 19 August 2019 and an analysis of the Statements of Capability received in response. The results of this market research indicate that award of Interim Contractor Support for OCX to Raytheon is justified in accordance with 10 U.S.C. § 2304(d)(1)(B), as implemented by FAR 6.302-1(a)(2)(ii) because it is likely that award to any other source would result in substantial duplication of cost to the Government that is not expected to be recovered through competition and unacceptable delays in fulfilling the agency’s requirements. A copy of the Justification and Approval (J&A) document for sole source will be made public within 14 days of contract award. Communications or responses may be directed to: SMC/PCK, 483 N. Aviation Blvd, El Segundo, CA 90245-2808, Attn: Daniel Hilger (daniel.hilger@us.af.mil), Contracting Officer and Tina Wlasick (tina.wlasick@us.af.mil), Contracting Specialist. In accordance with Federal Acquisition Regulation (FAR) 5.207(c)(16), any responsible sources may submit a capability statement, which shall be considered by the Government. However, this notice of proposed contract action is not a request for competitive proposals. The Government will not recognize any costs associated with the submission of any SOC. An Ombudsman has been appointed to address concerns from interested parties. The Ombudsman does not diminish the authority of the program director or Contracting Officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. The Ombudsman for the SMC is Colonel Tuthill, 310-653-1786 or trent.tuthill@us.af.mil. This notice expires 15 days after publication.