Global Avaition Support SOCPAC has been closed on 15 Apr 2019.
It no longer accepts any bids. For further information,
you can contact the Department of the Army
Bellow, you can find more information about this project:
General information
Donor:
Department of the Army
Industry:
Business Services
Machinery & Equipment
Status:
Closed
Value:
Not available
Timeline
Published:
29 Mar 2019
Deadline:
15 Apr 2019
Contacts
Name:
Not available
Phone:
9195419475
9195494311
Email:
Not available
Description
:
W911NF18F0015
:
Special Notice
:
Added: Mar 29, 2019 9:53 pm
The objective of this Pre-solicitation Notice is to provide notification of a proposed contract action as stipulated in FAR 5.201. The number assigned to this action is for reference only and there is no solicitation at this time.
INTRODUCTION: The Army Contracting Command - Aberdeen Proving Ground - Belvoir Division, located at 800 Park Office Drive, Research Triangle Park, NC 27709 on behalf of Special Operations Command Pacific (SOCPAC); intends to award a non-competitive action for a Cost Plus Fixed Fee (CPFF) modification to task order W911NF18F0015 under Deployable Adaptive Global Responder Support (DAGRS) Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) contract number W911NF17D0018.
Under the existing task order W911NF18F0015, Leidos, Inc. provides 3 Contractor Owned Contractor Operated (COCO) aircraft, ground and flight logistics support, prototype integration, systems engineering, technical program support and Processing Exploitation and Dissemination (PED) services.
NEW REQUIREMENTS: None, the proposed modification will provide for an additional 12 months of the aforementioned services.
The Government intends to solicit and to negotiate on a sole source basis with Leidos, Inc. (CAGE Code 5UTE0), located at 11951 Freedom Drive, Reston, VA 20190-5640 for ISR activities, as directed by the Government.
AUTHORITY FOR PROPOSED ACTION: The contract action will be conducted pursuant FAR 16.505 (b)(2)(i)(C), Justification for Exception to Fair Opportunity, Logical Follow-On. The order must be issued on a sole source basis in the interest of economy and efficiency; because it is a logical follow-on to an order issued under the contract, provided that all awardees were given a fair opportunity to be considered for the original order. Only one responsible source and no other supplies or services will satisfy agency requirements at this time ensuring uninterrupted service.
PERIOD OF PERFORMANCE (POP): The 1 year extension of services will start on 29 May 2019 and will be completed during the period of 29 May 2019 - 28 May 2020.
CONTRACT TYPE: Cost Reimbursement (Cost Plus Fixed Fee)
The NAICS code for this requirement is based SOLELY on the NAICS code of the DAGRS MA IDIQ contract.
IMPORTANT INFORMATION TO VENDORS:
1. This notice is not a request for competitive proposals. All interested parties may respond with detailed qualification statements within fifteen (15) days after publication of this synopsis for consideration by the Government. A determination not to compete this extension, based upon responses to this notice, is solely at the discretion of the Government.
2. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. Do not submit a proposal or quote. All interested companies must provide the below information in their response. This information and the statement of qualifications shall total no more than 10 pages.
3. If no affirmative written response is received, the acquisition will be awarded without further notice.
4. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any technical information received in response to this Pre-solicitation Notice.
5. Interested vendors must be registered on the Central Contractor Registration in the System for Award Management (SAM) database and the online representation and certification application must be activated. For SAM registration, please visit online - https://www.sam.gov/portal/public/SAM
6. All responsible sources may submit a capability statement, proposal, and/or quotation which shall be considered by the agency. Submission Information:
6.1 Companies shall submit the information requested above no later than 12:00pm EST April 15, 2019. Please furnish the above requested information to the Point of Contact identified below.
6.2 Emailed files must be less than 5MB. All of the files must be in either Microsoft Word or Adobe Acrobat (.pdf). Please note - Self extracting .exe files will not be accepted.