Description
Action: Notice of Intent to Award a Sole Source Contract for Protected Tactical Enterprise Service (PTES) Joint Hub (JH) Full Operational Capability (FOC) Spares (Pre-Solicitation Synopsis) Agency: Department of the Air Force Office: United States Space Force (USSF) Location: Space Systems Command (SSC), Satellite Communications and Positioning, Navigation, and Timing Portfolio Acquisition Executive (SATCOM and PNT) Product/Service Code (PSC): AC23 NAICS Code: 517810 Space Systems Command, on behalf of the Satellite Communications and Positioning, Navigation, and Timing Portfolio Acquisition Executive at Los Angeles Air Force Base, CA, intends to award a Cost-Plus-Incentive-Fee (CPIF) modification on a sole source basis for Protected Tactical Enterprise Service (PTES) Full Operational Capability (FOC) Joint Hub (JH) Spares. Under the authority of Federal Acquisition Regulation (FAR) 6.103‐1(c)(2) (RFO), Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements (10 U.S.C. § 3204(a)(1)), Space Systems Command intends to award this sole source contract modification to The Boeing Company, CAGE Code 9E831, located at 900 N Pacific Coast Hwy, El Segundo, CA 90245. The resultant modification to the PTES contract, FA880819C0001, will have the contractor deliver to the Government the services and supplies required to procure and manage Level 1 organizational spares, Level 2 depot spares, and limited replacements for 24 FOC JHs on an existing, unexercised CPIF Contract Line-Item. Market research conducted to date by the Government has included the posting of a Sources Sought Request for Information (RFI) on 19 February 2025 and a comprehensive analysis of the responses received. The results of this market research indicate that, in accordance with 10 U.S.C. § 3204(a)(1) and as implemented by FAR 6.103-1(c)(2) (RFO), the Government has assessed that procuring the spares from another source would result in substantial duplication of cost to the Government that is not expected to be recovered through competition and unacceptable delays in fulfilling the agency's requirements. A copy of the approved Sole Source Justification and Approval (J&A) document will be made public within 14 days of contract award. The planned contract modification is anticipated to be awarded in October 2026. This notice of intent is not a request for competitive proposals and no solicitation document will be issued. However, all responsible sources interested in responding to this notice may submit a capability statement which shall be considered by the agency. Any capability statement shall include the following information: 1) the business' demographic information showing responsibility in accordance with FAR Part 9; 2) specific exception to the intent to procure on a sole source basis; 3) technical data showing the capabilities of the respondent to perform the work listed above; 4) past performance information on similar projects. The …
Classification
Place of Performance
Contracting Office
Contacts