Search Contract Opportunities

Laboratory Intelligence Validated Emulator Test Systems Production with Verification and Validation, Threat Software Package Production Refresh, and Closed Loop Test and Evaluation Sustainment Support

ID: FA8523-19-R-0030 • Type: Presolicitation • Match:  90%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: July 19, 2019, 11:20 a.m. EDT
The Government intends to award an indefinite delivery (IDIQ) contract for production and Intelligence Community (IC) verification and validation of Laboratory Intelligence Validated Emulator (LIVE) Test Systems, Threat Software Package Production Refresh, and Closed Loop Test and Evaluation (T&E) Sustainment Support for use by Electronic Warfare Avionics Integration Support Facility (EWAISF) Robins AFB, GA, other Department of Defense (DoD) agencies, and T&E facilities (Hardware-In-The-Loop, Installed System Test Laboratory, and Open Air Ranges). Closed loop T&E sustainment support is, as a minimum, to include: Sustaining engineering services (modifications and/or technology refresh of LIVE/Within Engagement Electronic Warfare (WEEW)/Scalable EWAISF Radar Complex Emulator Plus (SERCE+) hardware, software, firmware); LIVE/WEEW/SERCE+ operator training; operators (up to 36 at five different locations at one time); system integration lab cart (SILC) training station; system training; software and development station(s) maintenance; system operation manuals; contractor logistics support (CLS) to include maintenance of hardware test stations as well as installation peculiar interface test adapters, installation instrumentation, spares, repair, data and configuration management, and parts obsolescence resolution; basic test equipment kit to support individual site operations; data capture/offload; test data report generation tools; on-call support; and an IC verified and validated (V&V) artifact certificate for each LIVE/WEEW/SERCE serial number at each location as applicable. This contract will include one base year and 9 additional option years for a period of performance of 2020 - 2030. A Sources Sought Synopsis was posted to FedBizOpps with a response period of 15 June 2018 - 16 July 2018. The result of the Sources Sought Synopsis and subsequent market research yielded only one vendor able to fulfill the requirements of this effort. As such, this award is expected to be made in accordance with FAR 6.302-1: Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The expected awardee information can be found below: Dynetics, Inc. CAGE: 7L855 1002 Explorer Blvd Huntsville, AL This notice of intent is not a request for competitive proposals. However, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. A determination by the Government not to compete this proposed contract based upon response to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The solicitation will NOT be posted at www.fbo.gov. If you desire to obtain a copy, your emailed request must be submitted to erin.taylor.1@us.af.mil (CC: jessica.haynes@us.af.mil). No telephone requests will be honored. ------------------------- EDIT: 7.19.19 PLEASE NOTE: Portions of this solicitation are Distribution Statement D, Export Restricted, and have Handling and Destruction requirements. Distribution is limited to U.S. Government Agencies and their Contractors and the work effort will be classified, requiring U.S. security clearance. If you wish to obtain a copy of this RFP, please include the following in your email to the points of contact below: Business information for your company/institution and for any teaming or joint venture partners: Company/Institute Name, Address, Point of Contact, CAGE Code, Phone Number, Email Address, and a statement as to whether your company is domestically or foreign-owned. (If foreign-owned, please indicate the country of ownership.)
Posted: July 10, 2019, 7:51 a.m. EDT

Overview

Response Deadline
July 25, 2019, 5:00 p.m. EDT Past Due
Posted
July 10, 2019, 7:51 a.m. EDT (updated: July 19, 2019, 11:20 a.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source

Current SBA Size Standard
$25.5 Million
Pricing
Multiple Types Common
Est. Level of Competition
Average
Odds of Award
78%
Vehicle Type
Indefinite Delivery Contract
On 7/10/19 AFLCMC Robins AFB issued Presolicitation FA8523-19-R-0030 for Laboratory Intelligence Validated Emulator Test Systems Production with Verification and Validation, Threat Software Package Production Refresh, and Closed Loop Test and Evaluation Sustainment Support due 7/25/19. The opportunity was issued full & open with NAICS 541330 and PSC 58.
Primary Contact
Title
Contracting Specialist
Name
Jessica   Profile
Phone
None

Secondary Contact

Title
Contracting Officer
Name
Erin B Taylor   Profile
Phone
None

Documents

Posted documents for Presolicitation FA8523-19-R-0030

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation FA8523-19-R-0030

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation FA8523-19-R-0030

Similar Active Opportunities

Open contract opportunities similar to Presolicitation FA8523-19-R-0030

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > PK/PZ - Robins AFB
Source Organization Code
1b2956aa0dc6fbb44d628a7c35c85884
Last Updated
July 19, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
July 19, 2019