Search Contract Opportunities

C5ISR Gateway to Sustainment (G2S)   14

ID: SPRBL121R0013 • Type: Solicitation
By the Time It's in SAM, It's too Late

Find opportunities months earlier with HigherGov forecasts

Free Trial Schedule Demo

Description

Posted: Aug. 9, 2023, 5:07 p.m. EDT

1. The Gateway to Sustainment (G2S) solicitation SPRBL1-21-R-0013 is being designed to purchase a wide range of Command, Control, Computers, Communications, Cyber, Intelligence, Surveillance and Reconnaissance (C5ISR) supplies and services supporting the U.S. Army Communications-Electronics Command (CECOM), the Defense Logistics Agency (DLA), the Department of Defense (DoD) and any Federal Government Agency. However, the primary customer is intended to be CECOM.

2. The estimated award is in April 2023.

3. The total contract award dollar amount for all orders placed against any contract(s) resulting from the solicitation shall not exceed $3,200,000.00 ($3.2B) over the ten (10) year period of performance which is expected to include a five (5) year base period and up to five (5) one (1) year unilateral option periods. This is the combined maximum ceiling, meaning no more than $3.2B will be obligated against all contracts awarded. There is a guaranteed minimum of $10,000.00 per awardee.

4. Federal Acquisition Regulations (FAR) Part 15 - Contracting by Negotiation procedures apply to this acquisition. The solicitation is being released under Full and Open Competition and is anticipated to result in Indefinite-Delivery, Indefinite-Quantity (IDIQ) multiple-award contract(s) with a reservation for one or more small business prime Contractors. Once awarded, orders will be competed amongst the contract holders. The solicitation requires submission of a Small Business Commitment Document that targets a minimum of 40% to small businesses based on the value of the awarded orders. In addition, the contract(s) will also provide the Government the right to set-aside orders under $250,000.00 for the small business prime Contractor(s).

5. Copies of the Exhibits/Attachments are included with the solicitation.

6. The Technical Data Packages (TDPs) will be made available per the instructions in the solicitation.

7. Some of the TDPs for this acquisition may be subject to the International Traffic in Arms Regulations (ITAR). This information shall not be provided to non-U.S. persons or transferred by any means to any location outside the United States. A company wishing to receive the TDPs must have an active status in the Defense Logistics Agency Joint Certification Program (JCP) and complete the Non-Disclosure Agreement (NDA) included as an attachment to the solicitation. Once the Government has received the completed/signed NDA and your company Commercial and Government Entity (CAGE) Code has been verified to have an active status in JCP, the TDPs will be provided via the DoD Safe Access File Exchange (SAFE) website. You would then receive an electronic mail message from the DoD SAFE website (https://safe.apps.mil/) with a link and password to access the documents.

8. Product Service Code 5998 and North American Industry Classification System (NAICS) Code 334419 were selected by the Government as the codes most representative for the types of supplies and services anticipated to be included in this solicitation and any resultant contract(s). The Small Business Administration (SBA) size standard for small businesses under NAICS Code 334419 is 750 employees.

* Solicitation posting updated for amendment 0001. Refer to the amendment document(s) for details.

* Solicitation posting updated for amendment 0002. Refer to the amendment document(s) for details.

* Solicitation posting updated for amendment 0003. Refer to the amendment document(s) for details.

* Solicitation posting updated for amendment 0004. Refer to the amendment document(s) for details.

* Solicitation posting updated for amendment 0005. Refer to the amendment document(s) for details.

* Solicitation posting updated for amendment 0006. Refer to the amendment document(s) for details.

* Solicitation posting updated for amendment 0007. Refer to the amendment document(s) for details. Note the following:

-- The respective time limits have been reached for requesting Technical Data Packages (TDPs) per Narrative A0001, submitting written questions per Section L.1.6, and requesting a Government DoD Secure Access File Exchange drop-off (i.e., upload) code per Section L.1.11.

-- Since the Government does not anticipate any further extensions or amendments prior to the solicitation closing, a conformed/consolidated copy of the solicitation is also being provided by the Government that incorporates amendments 0001 through 0007. Offerors may include a completed/signed copy of the conformed solicitation in lieu of the individually completed and signed copies of the solicitation/amendments individually.

* Solicitation posting updated:

-- The estimated award is in March/April 2022.

* Solicitation posting updated:

-- The estimated award is at the end of June 2022.

* Solicitation posting updated:

-- The estimated award is in August 2022.

* Solicitation posting updated:

-- The estimated award is in October 2022.

* Solicitation posting updated:

-- The estimated award is in November 2022.

* Solicitation posting updated:

-- The estimated award is in December 2022.

* Solicitation posting updated:

-- The estimated award is in January 2023.

* Solicitation posting updated:

-- The estimated award is in February 2023.

* Solicitation posting updated:

-- The estimated award is in March 2023.

* Solicitation posting updated:

-- The estimated award is in April 2023.

Posted: July 13, 2023, 5:25 p.m. EDT
Posted: April 3, 2023, 8:31 a.m. EDT
Posted: Feb. 28, 2023, 10:38 a.m. EST
Posted: Jan. 31, 2023, 11:29 a.m. EST
Posted: Dec. 21, 2022, 8:37 a.m. EST
Posted: Nov. 30, 2022, 2:11 p.m. EST
Posted: Oct. 20, 2022, 2:09 p.m. EDT
Posted: Aug. 24, 2022, 10:59 a.m. EDT
Posted: June 6, 2022, 2:39 p.m. EDT
Posted: April 13, 2022, 2:03 p.m. EDT
Posted: Dec. 8, 2021, 1:26 p.m. EST
Posted: Sept. 7, 2021, 12:49 p.m. EDT
Posted: Sept. 2, 2021, 3:44 p.m. EDT
Posted: Sept. 1, 2021, 11:16 a.m. EDT
Posted: Aug. 25, 2021, 9:42 a.m. EDT
Posted: Aug. 18, 2021, 3:23 p.m. EDT
Posted: Aug. 13, 2021, 3:25 p.m. EDT
Posted: Aug. 6, 2021, 10:02 a.m. EDT
Posted: July 29, 2021, 3:26 p.m. EDT
Background
The Gateway to Sustainment (G2S) solicitation SPRBL1-21-R-0013 is being designed to purchase a wide range of Command, Control, Computers, Communications, Cyber, Intelligence, Surveillance and Reconnaissance (C5ISR) supplies and services supporting the U.S. Army Communications-Electronics Command (CECOM), the Defense Logistics Agency (DLA), the Department of Defense (DoD) and any Federal Government Agency. However, the primary customer is intended to be CECOM.

Work Details
C5ISR Gateway to Sustainment (G2S) Exhibit B ILSC Supplemental Statement of Work outlines specific hardware, services, and software requirements including test and evaluation, obsolescence monitoring, training, inspection and test, failure reporting and corrective action system, engineering change proposal, reliability and maintainability program, supply chain management, counterfeit electronics part detection and avoidance, repair services, engineering services, depot maintenance, total asset visibility-contractor (TAV-C), system software and software problem report.

Period of Performance
The total contract award dollar amount for all orders placed against any contract(s) resulting from the solicitation shall not exceed $3,200,000.00 ($3.2B) over the ten (10) year period of performance which is expected to include a five (5) year base period and up to five (5) one (1) year unilateral option periods.

Overview

Response Deadline
Sept. 10, 2021, 4:30 p.m. EDT (original: Aug. 30, 2021, 4:30 p.m. EDT) Past Due
Posted
July 29, 2021, 3:26 p.m. EDT (updated: Aug. 9, 2023, 5:07 p.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
750 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Vehicle Type
Indefinite Delivery Contract
On 7/29/21 DLA Land and Maritime issued Solicitation SPRBL121R0013 for C5ISR Gateway to Sustainment (G2S) due 9/10/21. The opportunity was issued full & open with NAICS 334419 and PSC 5998.
Primary Contact
Name
Megan Luber   Profile
Phone
None

Secondary Contact

Name
Kenneth Acquaviva   Profile
Phone
None

Documents

Posted documents for Solicitation SPRBL121R0013

Question & Answer

Opportunity Lifecycle

Procurement notices related to Solicitation SPRBL121R0013

Award Notifications

Agency published notification of awards for Solicitation SPRBL121R0013

IDV Awards

Indefinite delivery vehicles awarded through Solicitation SPRBL121R0013

Protests

GAO protests filed for Solicitation SPRBL121R0013

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation SPRBL121R0013

Similar Active Opportunities

Open contract opportunities similar to Solicitation SPRBL121R0013

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEFENSE LOGISTICS AGENCY (DLA) > DLA LAND > DLA LAND ABERDEEN > DLA LAND AT ABERDEEN
FPDS Organization Code
97AS-SPRBL1
Source Organization Code
500017761
Last Updated
Aug. 24, 2023
Last Updated By
kenneth.acquaviva@dla.mil
Archive Date
Aug. 24, 2023