FIRE CONTROL COMPUTER III (FCCIII)
ID: W15QKN-24-R-0109Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-PICAPICATINNY ARSENAL, NJ, 07806-5000, USA

NAICS

Electronic Computer Manufacturing (334111)

PSC

FIRE CONTROL COMPUTING SIGHTS AND DEVICES (1220)
Timeline
    Description

    The Department of Defense, through the Army Contracting Command - New Jersey, intends to solicit and award a sole source Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Fire Control Computer III (FCCIII) to DRS Network & Imaging Systems, LLC, located in Melbourne, Florida. This procurement aims to address the substantial duplication of costs and unacceptable delays to the Government, as outlined in the Justification & Approval (J&A) documentation, which cites the authority under Title 10 U.S.C. Section 3204(a)(4) and FAR Part 6.302-1(a)(2)(ii)(A) and (B). The FCCIII is critical for enhancing fire control capabilities within the Army, ensuring operational efficiency and effectiveness. Interested parties may direct inquiries to Mr. Daniel Rakauskas at daniel.s.rakauskas.civ@army.mil or Ms. Klaudia Grabias at klaudia.a.grabias.civ@army.mil, with the solicitation anticipated to be released in FY2025.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    Notice of Intent to Sole Source
    Active
    Dept Of Defense
    Notice of Intent to Sole Source DEPT OF DEFENSE DEPT OF THE ARMY The Department of Defense, specifically the Department of the Army, has issued a Notice of Intent to Sole Source for the procurement of Communications Security Equipment and Components. This service/item is typically used for ensuring secure communication within military operations. The procurement will be fulfilled by Carahsoft, located at 11493 Sunset Hills Road, Suite 100, Reston, VA 20190. The place of performance for this contract is Fort Eisenhower, GA, with a period of performance from April 24, 2024, through April 23, 2025. The government has determined that Carahsoft is the only responsible source for this requirement, and therefore, a competitive solicitation will not be issued. The procurement will be conducted under Simplified Acquisition Procedures in FAR part 13 and Commercial procedures in FAR part 12. Interested concerns must provide clear and convincing evidence that competition for this requirement would be advantageous to the government. If no affirmative written responses are received by 7:00 am on November 15, 2023, the contract will be awarded without further notice. Oral communications will not be accepted. Please note that this notice is not a request for competitive proposals. The government's decision not to compete this requirement is solely within its discretion.
    Gnu Ada Translator(GNAT) Pro Ada Software and Licenses
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command - New Jersey, is planning to award a Firm-Fixed Price (FFP) contract for the procurement of GNAT Pro Ada software and associated support services from AdaCore. This acquisition, which will be conducted on a sole source basis, is crucial for the US Army Combat Capabilities Development Command (DEVCOM) Armaments Center, ensuring they have the necessary software tools for their operations. The procurement process is authorized under Simplified Acquisition Procedures, reflecting the government's commitment to obtaining commercial solutions while adhering to federal regulations. Interested parties may submit capability statements or quotations by September 20, 2024, with inquiries directed to Qendresa Neza at qendresa.neza.civ@army.mil or Nicole Thalmann at nicole.l.thalmann.civ@army.mil.
    SYNOPSIS - SOLE SOURCE – Government Furnished Equipment (GFE) MAINTENANCE, REPAIR, AND UPGRADE OF THE SIMPLIFIED DRIVER (SDR) AND CONTINUOUS WAVE ILLUMINATOR (CWI) MICROWAVE TUBES (MWTs)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure maintenance, repair, and upgrade services for Government Furnished Equipment (GFE), specifically the Simplified Driver (SDR) and Continuous Wave Illuminator (CWI) Microwave Tubes (MWTs). The procurement is planned as a non-commercial Cost-Plus-Fixed-Fee (CPFF) Level of Effort (LOE) job order contract under Basic Order Agreement (BOA) N0016424RWP16, with one base year and four option years, utilizing US Navy funds. This contract is critical for ensuring the operational readiness and performance of essential military equipment, with an estimated maximum value of $500,000. Interested parties may submit capability statements for consideration, but the contract is intended to be sole sourced to Communications & Power Industries LLC, with a closing date for submissions set for October 2, 2024, at 4:00 PM EST. For further inquiries, contact Kori Koss at kori.l.koss.civ@us.navy.mil or Seth Taylor at seth.t.taylor.civ@us.navy.mil.
    N66001-24-R-0060 Notice of Intent to Award Sole Source
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, intends to award a sole-source contract to Brandywine Communications for the provision of parts and modules related to the Navy's ruggedized Time and Frequency Distribution System (TFDS). This procurement aims to support both shore and fleet users, ensuring the sustainment and maintenance of existing TFDS systems while also facilitating the acquisition of new systems for Virginia and Columbia Class submarines. The TFDS is critical for the Navy's submarine communication community, and Brandywine Communications is the only source capable of fulfilling these requirements without incurring substantial costs or delays associated with alternative systems. The estimated contract value is $8.2 million, with a performance period of one year and four optional one-year extensions. Interested parties may contact Contract Specialist April Anne B Segovia at aprilanne.b.segovia.civ@us.navy.mil or 619-553-4490, with responses due by September 10, 2024, at 1630.
    L3Harris Communications Support Services
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking to award a sole-source contract for L3Harris Communications Support Services to enhance the operations of the Air Force Security Forces Center (AFSFC). The primary objective of this procurement is to provide comprehensive support, maintenance, and training for L3Harris communication systems, which are critical for military operations, including tactical radios that comply with NATO and NSA standards. The contract will cover a base year from September 30, 2024, to September 29, 2025, with two optional extension years, and interested vendors must be registered in the System for Award Management (SAM) to submit proposals. For further inquiries, potential bidders can contact Mayra Hernandez at mayra.hernandez.1@us.af.mil or SSgt Jesse Vera at jesse.vera.1@us.af.mil.
    Cable TV, Wired and Wireless Internet for Fort Drum, NY
    Active
    Dept Of Defense
    Intent to Award Single Source BPA To Charter Communications Operating, LLC The Department of Defense, specifically the Department of the Army, intends to award a single-source Firm Fixed Price Blanket Purchase Agreement (BPA) to Charter Communications Operating LLC, DBA Spectrum. This procurement is for business class wired Cable television (CATV) services in Fort Drum, NY. The BPA will be in effect for a period of five years, not to exceed April 15, 2028. The Government has determined that Charter Communications is the only known provider in the Fort Drum geographical area based on previous acquisitions and market research. This notice is not a request for quotations, but responses will be used to determine if competition exists.
    FMS/USAF Precision Attack Production & Sustainment SNIPER, LANTIRN, IRST-Legion ID/IQ
    Active
    Dept Of Defense
    The U.S. Air Force plans to award a sole-source contract to Lockheed Martin for precision attack production and sustainment, including Sniper Advanced Targeting Pods, LANTIRN pods, and IRST Legion pods, predominantly supporting Foreign Military Sales. With an anticipated award date of 7 November 2025, the 7-year contract will include provisions for various CLINs. The RFP will be sent to the selected vendor around 30 August 2024. The Air Force Life Cycle Management Center requires these services to maintain aircraft targeting and navigation systems, essential for national defense. The contract, worth an estimated $1 billion, will be awarded through a competitive process, with responses due by 30 September 2024. For more information, interested parties can contact Shameka Schley or Ashley Davis via email.
    L3 Harris T7 Multi-Mission Robotic system (T7) Platform
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Detroit Arsenal, is seeking proposals for a five-year firm-fixed-price contract to supply parts and services for the T7 Multi-Mission Robotic System Platform. This procurement aims to ensure the operational readiness of the T7 platform by providing essential repair, maintenance, and technical support services, specifically targeting L3 Harris Technologies, Inc. The contract, identified as W912CH-24-R-0134, is issued under limited competition authority and includes detailed requirements for hardware delivery, compliance with federal regulations, and adherence to security protocols. Proposals must be submitted electronically by October 10, 2024, with inquiries directed to Katherine Klein at katherine.d.klein2.civ@army.mil or Maj. Safiul Alam at safiul.m.alam.mil@army.mil.
    D--Justification and Approval for Award of N6247017C6000 to Accompany Notice of Intent to Sole Source Posted 15 June 2017
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY intends to award a sole source contract to National Institute of Building Sciences (NIBS) for the Design Review and Checking System (DrChecks) and Bidder Inquiry applications. These applications are part of ProjNet, a suite of secure, on-demand, design review, inquiry and comment, issue resolution, communications, and document archiving tools managed by NIBS. The contract is authorized by Public Law 93-383 and is not open for competitive procurement. The anticipated award date is 30 June 2017.
    PATRIOT Missile & RTX Technologies, Inc. Systems & Production Support IDIQ
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land at Aberdeen, is seeking to identify potential sources for a non-competitive acquisition related to the PATRIOT Missile systems and support services from Raytheon Company, a subsidiary of RTX Technologies, Inc. The procurement aims to establish an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for performance-based supply chain management and logistics support, which includes maintenance planning, inventory management, and sustainment engineering for Raytheon-manufactured systems. This initiative is critical for ensuring the operational readiness and reliability of defense systems, with the anticipated contract including a five-year base period and three five-year option periods. Interested parties must submit their responses by October 2, 2024, at 4:00 PM Eastern Standard Time, via encrypted email to Johnna Bursk at johnna.bursk@dla.mil, referencing SPRBL1-RTX-2025.