Massachusetts Bids > Bid Detail

Force Element Terminal (FET) Production Indefinite Delivery/Indefinite Quantity (IDIQ) - Notice of Contract Award (NOCA)

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 58 - Communications, Detection and Coherent Radiation Equipment
Opps ID: NBD00159455096423453
Posted Date: Feb 28, 2023
Due Date: Mar 15, 2023
Solicitation No: FA8735-23-R-B003
Source: https://sam.gov/opp/7c1f5f98bf...
Follow
Force Element Terminal (FET) Production Indefinite Delivery/Indefinite Quantity (IDIQ) - Notice of Contract Award (NOCA)
Active
Contract Opportunity
Notice ID
FA8735-23-R-B003
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFMC
Sub Command
AIR FORCE NUCLEAR WEAPON CENTER
Office
FA8735 AFNWC HCK NC3
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 28, 2023 03:47 pm EST
  • Original Response Date: Mar 15, 2023 04:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5821 - RADIO AND TELEVISION COMMUNICATION EQUIPMENT, AIRBORNE
  • NAICS Code:
    • 334220 - Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
  • Place of Performance:
    Marlborough , MA 01752
    USA
Description

This announcement constitutes a Notice of Contract Action (NOCA) by the Air Force Nuclear Weapon Center (AFNWC) Nuclear, Command, Control, and Communication (NC3) Hanscom AFB, MA. The Government intends to issue a sole source Request for Proposal (RFP) to Raytheon Technologies for the production of the Force Element Terminal (FET) system. The Government anticipates issuing the solicitation in February 2023.



The FAB-T Program Contracting Office (AFNWC/PZHS) proposes to execute, by means of other than full and open competition, a sole source contract to the Raytheon Company, 1001 Boston Post Road East, Marlborough, MA 01752-3770. This contract will deliver Advanced Extremely High Frequency (AEHF) MILSATCOM capability for B-52 airborne platforms. AEHF MILSATCOM capability is defined as radome/antenna system/terminal/modem/human-machine interface (HMI)/controls and displays. The terminal system will provide secure, protected and survivable communications in strategic and tactical operating environments. The MILSATCOM terminal system will be interoperable with Milstar, AEHF, Enhanced Polar System-Recapitalization (EPS-R), and Evolved Strategic SATCOM (ESS) EHF satellites utilizing both Low Data Rate (LDR) and Extended Data Rate (XDR) waveforms.



The authority permitting other than full and open competition is 10 USC 2304(c)(1), as implemented as follows:



-FAR 6.302-1(a)(2) - When the supplies or services required by the agency are available from only one responsible source, or, for DoD, NASA, and the Coast Guard, from only one or a limited number of responsible sources, and no other type of supplies or services will satisfy agency requirements, full and open competition need not be provided for. FAR 6.302-1(a)(2)(iii)(B) further goes on to state that for DoD, NASA, and the Coast Guard, services may be deemed to be available only from the original source in the case of follow-on contracts for the continued provision of highly specialized services when it is likely that award to any other source would result in unacceptable delays in fulfilling the agency's requirements.



The Government requests that initial feedback, comments and questions be received by no later than fifteen (15) calendar days from the date of this notice posted to www.SAM.gov. In accordance with FAR 5.207(c)(16)(ii), all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency.



Please submit all questions, comments and feedback regarding this NOCA via e-mail to the following Points of Contact:



Mr. Matthew L. Patterson, Contracting Officer: matthew.patterson.3@us.af.mil



Ms. Brenna R. Gonsalves, Contract Specialist: brenna.gonsalves@us.af.mil



No telephone responses will be accepted. Any information submitted by respondents to this Notice of Contract Action is strictly voluntary. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. No classified information shall be submitted. Any response submitted by respondents to this Notice of Contract Action constitutes consent for that submission to be reviewed by Government personnel, Federally Funded Research and Development Center employees, and Advisory & Assistance Services contractor employees, unless the respondent clearly objects in writing to the release of this information to Federally Funded Research and Development Contractor employees, and Advisory & Assistance Services contractor employees.



AFNWC has appointed an Ombudsman to consider and facilitate the resolution of concerns from do offerors, potential offerors, and others for this acquisition. Concerned parties should address their concerns, issues, disagreements, and/or recommendations to the Contracting Officer for resolution prior to consulting the Ombudsman. Additionally, Air Force Federal Acquisition Regulation (AFFARS) 5352.201-9101 – Ombudsman, will be included in any potential solicitation and contract for this acquisition. The AFNWC Ombudsman contact information is as follows:



Mr. Troyce R. Gunter (AFNWC/PZC)



Telephone (904)-352-3281



Email: troyce.gunter@us.af.mil



DISCLAIMER AND NOTICE: This is a courtesy Notice of Contract Action only and does not constitute a commitment, implied or otherwise, that AFNWC/PZHS, will take procurement action in this matter. This is NOT a request for proposals, applications, proposal abstracts, or quotation. This courtesy Notice of Contract Action only shall not be construed as an obligation on the part of the Government. Further, the Government will NOT be responsible nor reimburse any submitters of information for any cost incurred in furnishing this information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed. Information provided will be used to assess tradeoffs and alternatives available for the potential requirement. Respondents are advised that the Government is under no obligation to provide feedback to respondents with respect to any information submitted.


Attachments/Links
No attachments or links have been added to this opportunity.
Contact Information
Contracting Office Address
  • CP 781 225 0132 104 BARKSDALE ST BLDG 1521
  • HANSCOM AFB , MA 01731-1801
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 28, 2023 03:47 pm ESTSpecial Notice (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >