The Government intends to award a supply/service type, single-award Indefinite Delivery, Indefinite Quantity (IDIQ) contract extension which will allow Firm-Fixed Priced (FFP), Fixed Price Incentive Fee (FPIF), and Cost-Reimbursable (CR), i.e. Cost-Plus Fixed Fee (CPFF), Cost Plus Incentive Fee (CPIF), and Cost negotiated service Task Order (TOs) and negotiated supply Delivery Orders (DOs). The proposed acquisition provides an additional four (4) year ordering period. The contractor shall provide sustainment and life cycle support required to deploy and maintain readiness and operational capability of the Long Range Radar- Enhanced (LRR-E).
The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with one source, Northrup Grumman Systems Corporation (NGSC), 1580B W Nursery Rd MS B585 Linthicum Heights, MD 21090 under the authority FAR 6.302-1(a)(2) Only one responsible source and no other supplies or services will satisfy agency requirements. All responsible sources may submit a capability statement which shall be considered by the agency. However, a determination by the Government not to compete this proposed contract based upon responses to this synopsis is solely within the discretion of the Government. Companies interested in subcontracting opportunities should contact Northrup Grumman directly.
This is not a formal solicitation or request for proposal. This synopsis is to give notice of the Government's intent to award a sole source contract. Contractors who can provide the U.S Army with the required services, are invited to electronically submit an affirmative, written response indicating a bona fide ability to meet this specific requirement. Responses should appear on company letterhead and include, at minimum, affirmation of active registration in the System for Award Management (SAM), your Data Universal Number System (DUNS) number, any applicable processed credentials and qualifications, and any applicable information. All responses should include a point of contact, telephone number, and electronic mail address. Additionally, respondents should indicate whether they are a large business, small business, small disadvantaged business, 8(a) concern, women-owned small business, HUBZone,
service-disabled veteran-owned small business or qualify as socially or economically disadvantaged and whether they are U.S. or foreign owned. Responses to this notice will be used to determine the availability of this type of service. All responsible sources may respond to this synopsis. It is the responsibility of the interested contractor to submit responses to the Government Point of Contact (POC) at Army Contracting Command prior to the closing time and date of the synopsis. All responses must be submitted via e-mail to Joshua Bargsten, Contract Specialist at Joshua.bargsten.civ@army.mil, courtesy copy to Ricardo Rivera, Contracting Officer at ricardo.a.rivera50.civ@army.mil. Questions or inquiries should be directed to Joshua Bargsten.