Search Contract Opportunities

Presolicitation for Contractor Logistic Support

ID: FA821722R5000 • Type: Presolicitation
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
Draft a response outline indicating that my company is also capable of performing this sole source work
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

Synopsis for CSEL CLS

Pre-solicitation Notice for FA821722R5000

____________________________________________________________________________________

NOTICE:

This is not a solicitation but rather a Pre-Solicitation Synopsis as required by FAR 5.2

The purpose of this synopsis is to inform the market that the United States Air Force intends to solicit, negotiate and award a sole-source Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a 5-year ordering period (est.) for Contractor Logistic Support services to support the Combat Survivor Evader Locator (CSEL) program to The Boeing Company.

The proposed NAICS is 334220 Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing, which has a corresponding size standard of 1,250 employees.

The Agency conducted market research through a sources sought synopsis to determine whether any other sources could provide sustainment capabilities for the CSEL/CLS. The Agency determined from market research that the services are deemed to be available only from the original source for the continued sustainment for CSEL equipment. It is likely that award to any other source would result in: (A) Substantial duplication of costs to the Government that is not expected to be recovered through competition, and (B) Unacceptable delays in fulfilling the agency's requirements. (See 10 U.S.C. 3304 (b)(2) or 41 U.S.C. 253 (d)(1)(B).) FAR 6.302-1 Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.

DESCRIPTION:

The CSEL system provides communications to aid in the location and recovery of Isolated Personnel (IP). The CSEL Enterprise is not a commercial product. The User, Ground, and Over the Horizon segments are military unique and were specifically designed and fielded by The Boeing Company to locate, identify, authenticate, and rescue downed aircrew members during evasion and recovery operations for the Personnel Recovery mission. This entails the use of satellite communications for secured messaging, the Global Positioning System (GPS) for exact location, and a ruggedized hand held radio with unique capabilities for various field environments supporting all military service operational environments. Therefore, this acquisition is for support of highly specialized, performance-based services including: Program Management, Logistics Support, Systems Engineering, Software Maintenance and Cybersecurity, Technical Order Sustainment, and Management of Government Furnished Property (GFP).

RESPONSE:

All responsible sources may submit a capability statement, proposal or quotation which shall be considered by the Agency. If interested sources anticipate providing a capability statement, proposal or quotation, please include a detailed description/summary of the capability, a Rough Order of Magnitude cost to sustain the current CSEL system. No foreign participation is allowed on this effort.

Capability Statements and requests for the solicitation shall be submitted to the point of contact(s) no later than 15 days from the date of this posting. Proposals/quotations shall be submitted to the point of contacts(s) 30 days from the date of receipt of solicitation and Performance Work Statement.

Interested sources may obtain the solicitation and Performance Work statement (PWS) on this synopsis per FAR 5.207(c)(17) by contacting the point of contact(s) and providing a valid and current signed DD 2345 form. The PWS is an export controlled document, Distribution Statement D.

CONTACT INFORMATION:

POC for further information

Wendy Farley, wendy.farley@us.af.mil

Or

Ryan Kashanipour, ryan.kashanipour@us.af.mil

Overview

Response Deadline
Dec. 17, 2021, 6:00 p.m. EST Past Due
Posted
Dec. 2, 2021, 5:10 p.m. EST
Set Aside
None
Place of Performance
United States
Source
SAM

Current SBA Size Standard
1250 Employees
Pricing
Multiple Types Common
Est. Level of Competition
Sole Source
Odds of Award
87%
On 12/2/21 AFLCMC Hill AFB issued Presolicitation FA821722R5000 for Presolicitation for Contractor Logistic Support due 12/17/21. The opportunity was issued full & open with NAICS 334220 and PSC J059.
Primary Contact
Name
Wendy Farley   Profile
Phone
(801) 586-3464

Secondary Contact

Name
Ryan Kashanipour   Profile
Phone
(801) 586-3965

Documents

Posted documents for Presolicitation FA821722R5000

Question & Answer

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

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation FA821722R5000

Contract Awards

Prime contracts awarded through Presolicitation FA821722R5000

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation FA821722R5000

Similar Active Opportunities

Open contract opportunities similar to Presolicitation FA821722R5000

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFMC > AIR FORCE LIFE CYCLE MANAGEMENT CENTER > BATTLE MANAGEMENT > FA8217 AFLCMC PZZK
FPDS Organization Code
5700-FA8217
Source Organization Code
500019397
Last Updated
Dec. 2, 2021
Last Updated By
wendy.farley@us.af.mil
Archive Date
Jan. 1, 2022