Notice of Intent to Award a Sole Source Contract for Integrated Logistics Support of Network Tactical Communication Data Link Systems
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: Presolicitation (Original)
- Original Published Date: Sep 18, 2023 10:54 am PDT
- Original Response Date: Oct 03, 2023 02:00 pm PDT
- Inactive Policy: Manual
- Original Inactive Date: Oct 18, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance:
Description
Program Executive Office for Command, Control, Communications, Computers, and
Intelligence (PEO C4I), Communications and GPS Navigation Program Office (PMW/A
170), intends to award a sole source contract for Integrated Logistics Support (ILS)
services in support of the Network Tactical Communication Data Link (NTCDL) program,
under the authority of 10 U.S.C. 3204(a)(1) and Federal Acquisition Regulation (FAR)
6.302-1, Only One Responsible Source, to Complete Logistics Support (CLS), 475 Market
Street, Suite 303 Elmwood Park, NJ 07407. The proposed contract action will result in a
Firm Fixed Price (FFP) contract for a twelve (12) month base period and one (1) twelve-
month option period, with a total estimated dollar value of $472,000.
This FFP contract will provide ILS services for Configuration Management, Logistics
Analysis, and support updates to the NTCDL technical manual and training curriculum.
CLS is the integrated logistics subject matter expert for the NTCDL system and has been
an integral partner in the NTCDL development phase, having extensive NTCDL
system/program knowledge and holding the technical expertise required for the
additional required ILS support. As a subcontractor to BAE Systems (BAE) on the current
NTCDL contract (N0003916C0087), CLS performed configuration management, logistics
analysis and supported the delivery of the NTCDL technical manual and training
curriculum. The training curriculum included details such as operations, maintenance
procedures, and technical information enabling the Government to safely and effectively
use, maintain, and support the NTCDL system. Most importantly, CLS is experienced in
addressing the logistical challenges and dynamics of a System of Systems (SoS), to
include the critical need for configuration management and provisioning actions required
by the NTCDL program.
Given CLS' familiarity with the NTCDL system/program, it is the only source presently
qualified with the ILS capabilities to continue the NTCDL program's logistics support
without an unacceptable delay to the Government. Any other source would require a
significant amount of time and funding to reach the same level of technical competency
and NTCDL program knowledge CLS possesses. The Government estimates it would take
another vendor two (2) years or more to gain sufficient NTCDL system knowledge before
it could begin performing the required tasking. Any delay in performance of required ILS
services is unacceptable based on current operational demand.
The applicable North American Industrial Classification System (NAICS) code is 541330
with a size standard of 1,250 Employees.
This notice of intent is not a request for competitive proposals. A competitive solicitation
will not be posted. Interested parties may express their interest and capability to satisfy
the Government's requirement by writing directly to the Contracting Officer. A
determination by the Government to not compete the anticipated contract based on
responses to this notice is solely within the discretion of the Government.
Questions concerning this sole source acquisition may be directed in writing to Jennifer
De Vera, email address: jennifer.v.devera.civ@us.navy.mil with courtesy copy to the
Contracting Officer at kenneth.b.nickel2.civ@us.navy.mil. Verbal questions will NOT be
accepted. Questions will be answered by posting answers to the NAVWAR e-Commerce
Central website; accordingly, questions shall NOT contain proprietary or classified
information.
Attachments/Links
Contact Information
Primary Point of Contact
- Jennifer V De Vera
- jennifer.v.devera.civ@us.navy.mil
- Phone Number 858-537-0675