Next Generation HandHeld and Manpack Radios Sustainment
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: Oct 21, 2022 10:00 am EDT
- Original Response Date: Oct 31, 2022 04:00 pm EDT
- Inactive Policy: Manual
- Original Inactive Date: Nov 01, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 5825 - RADIO NAVIGATION EQUIPMENT, EXCEPT AIRBORNE
- NAICS Code:
- 334220 - Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Place of Performance:
Description
The notice is for informational purposes only IAW DFARS PGI 206.302-1(d).
This is not a formal Request for Quote (RFQ) or proposal (RFP). Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement.
United States Special Operations Command (USSOCOM) intends to solicit and negotiate solely with L2Harris Technologies, Inc. (L3H), 1680 University Avenue, Rochester, NY 14610 for sustainment of the AN/PRC-163 and AN/PRC-167 radios and demil of the AN/PRC-152(v)5/6, AN/PRC-152A(v)1/2 and AN/PRC-117G(v)3 radios. The Government contemplates award of contract for seven one-year ordering periods with a maximum ceiling value not yet determined.
These sustainment and demil efforts shall include the ability to purchase radios and accessories, provide training, repairs, disposal, spares management, overall program management, and engine
This contract will be executed under the authority of Federal Acquisition Regulation (FAR) 6.302-1, only one source is capable of satisfying the agency's requirements. This determination is based on the fact that L3H is the original equipment manufacturer (OEM) and sole provider of this equipment. The Pre-solicitation notice will be posted IAW FAR 5.203(a).
Per FAR 5.207(c)(16)(ii), all responsible sources may submit additional capability statements that will be considered by the agency. Any party responding to this notice shall send clear, factual documentation demonstrating their ability to execute this requirement.
All replies must be provided to the Government no later than Monday, October 31st, 2022, at 4:00 p.m. Eastern Standard Time. All inquiries and responses concerning this action shall be sent in writing via email to both: jennifer.s.pruente.civ@socom.mil and charlotte.k.montoya.civ@socom.mil. Senders are responsible for ensuring the complete transmission and timely receipt.
All inquiries to this notice shall be sent via e-mail to jennifer.s.pruente.civ@socom.mil and charlotte.k.montoya.civ@socom.mil.
Contracting Office Address:
7701 Tampa Point Blvd
MacDill AFB, Florida 33621-5323
Attachments/Links
Contact Information
Contracting Office Address
- SOF AT & L-KI 7701 TAMPA POINT BOULEVARD
- TAMPA , FL 33621-5323
- USA
Primary Point of Contact
- Jennifer S. Pruente
- jennifer.s.pruente.civ@socom.mil
- Phone Number 813-519-2829
Secondary Point of Contact
- Charlotte Montoya
- charlotte.k.montoya.civ@socom.mil
History
- Feb 04, 2023 11:58 pm ESTPresolicitation (Original)
- Nov 01, 2022 11:56 pm EDTSources Sought (Original)