Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 27, 2025 SAM #8553
SOLICITATION NOTICE

58 -- Space Hub Integrated End Cryptographic Unit Leading Edge Development (SHIELD)

Notice Date
4/25/2025 2:58:51 PM
 
Notice Type
Presolicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
FA8807 MIL COMM AND PNT SSC/CGK EL SEGUNDO CA 90245-2808 USA
 
ZIP Code
90245-2808
 
Solicitation Number
FA880725CB002
 
Response Due
5/12/2025 9:00:00 AM
 
Archive Date
05/27/2025
 
Point of Contact
Bryan Boardway, Phone: 3106532431, Heather Ayres, Phone: 3106533108
 
E-Mail Address
bryan.boardway@spaceforce.mil, heather.ayres@spaceforce.mil
(bryan.boardway@spaceforce.mil, heather.ayres@spaceforce.mil)
 
Description
Space Systems Command, on behalf of the Program Executive Officer for Military Communications and Positioning, Navigation, and Timing at Los Angeles Air Force Base, CA, intends to award a new contract on a sole source basis for the Space Hub Integrated End Cryptographic Unit Leading Edge Development (SHIELD) program. Under the authority of Federal Acquisition Regulation (FAR) 6.302?1, Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements (10 USC 2304(c)(1)), Space Systems Command intents to limit competition to L3 Technologies, Inc., a subsidiary of L3Harris Technologies, Inc. (L3Harris), Cage Code 11447, located at 1 Federal Street, Camden, NJ 08103. The resultant contract will develop, test, and deliver to the government, End Cryptographic Units (ECUs) for the Protected Tactical Satellite Communication (SATCOM) family of systems. Market research conducted to date by the Government has included the posting of a Sources Sought Request for Information (RFI) on 28 January 2025 and a comprehensive analysis of the responses received. The results of this market research indicate that award of SHIELD to L3Harris is justified in accordance with 10 U.S.C. � 2304(d)(1)(B), as implemented by FAR 6.302-1(a)(2)(ii) because it is likely that award to any other 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 Justification and Approval (J&A) document for sole source will be made public within 14 days of contract award. The planned contract is anticipated to be awarded in September 2025. 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. A request for documentation or additional information or submissions that only ask questions will not be considered an affirmative response to this notice. A determination by the Government not to provide for full and open competition based on responses to this notice is solely within the discretion of the Government. Information received will not be paid for by the Government. It is the responsibility of the respondent to contact the Government to confirm receipt prior to the above due date and time.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/58826132ad814aaea966151eddc5126d/view)
 
Place of Performance
Address: El Segundo, CA, USA
Country: USA
 
Record
SN07422188-F 20250427/250425230045 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.