Inactive
Notice ID:70Z04422RCMPL2211
SYNOPSIS - Notice of Intent to Sole Source Department of Homeland Security (DHS) United States Coast Guard (USCG) The United States Coast Guard (USCG) Command, Control, Communication, Computers, Cyber...
SYNOPSIS - Notice of Intent to Sole Source Department of Homeland Security (DHS) United States Coast Guard (USCG) The United States Coast Guard (USCG) Command, Control, Communication, Computers, Cyber, and Intelligence Service Center (C5ISC)- Contracts and Procurement Division (CPD) -Portsmouth, VA This notice is prepared in accordance with FAR 5.207 and is NOT a request for quote (RFQ). RFQ number 70Z04422-R-COMPL22 is assigned for tracking purposes only This is a notice of intent to sole source a contract for sustainment support services for High Frequency Digital Selective Calling (HF DSC) to the Original Equipment Manufacturer (OEM), Rheinmetall Canada Inc. 225, boulevard du Séminaire Sud, Saint-Jean-sur-Richelieu, QC J3B 8E9 (Québec),Canada. This action is limited to sustainment support related to Rheinmetall Canada, Inc. proprietary system software to make needed maintenance changes to the governmental system in response to Governmental compliance and component obsolescence concerns for the purchase of Lifecycle Maintenance Support Services for the HF Digital Selective Calling (DSC) Global Maritime Distress and Safety System (GMDSS) network software and hardware. Lifecycle maintenance support services are commercial services in accordance with FAR 2.101 and are used on the U.S. Coast Guard's (USCG) to support for the USCG HF Digital Selective Calling (DSC) Global Maritime Distress and Safety System (GMDSS) network software and hardware The acquisition will be awarded pursuant to 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1; only one responsible source and no other supplies or services will satisfy agency requirements. Set-aside Status: Pursuant to FAR 6.302-1, Only One Responsible Source and no Other Supplies or Services will Satisfy Agency Requirements, under the authority of 10. U.S.C. 2304(c)(1). The Contracting Officer has determined that there is not a reasonable expectation of obtaining offers from two or more responsible small business concerns; therefore, this requirement has not been set aside for small businesses. All responsible sources may submit a capability statement, proposal or quote which will be considered by the agency. Interested parties are advised that the minimum qualifying standard for technical acceptability is the capability to supply the exact components listed above in new condition as either the OEM or an OEM authorized distributor for U.S. sales. The USCG anticipates award of a 5-year Indefinite-Delivery Indefinite-Quantity (IDIQ) contract to Rheinmetall Canada, Inc., who is deemed to be the only responsible source capable of meeting this requirement. The estimated maximum value of this contract is $2 million dollars for five (5) years. The applicable Classification Code is DD01; IT and Telecom-Service Delivery Support Services: Item, Operations Center, Project/Pm (Labor) The applicable North American Industrial Classification System (NAICS) code is 334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing This notice of intent is not a request for competitive proposals. While the Government does not anticipate competition, all responsible sources may submit information that shall be considered by the Government. Information received will be considered for the purpose of determining whether to conduct a competitive procurement, which is solely within the discretion of the Government. Responses to this notice shall be sent to Benyetta.Jefferson@uscg.mil no later than 12:00am Eastern Time on July 14, 2022. A competitive solicitation package is not available.