SPECIAL NOTICE
70 -- NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
- Notice Date
- 7/7/2011
- Notice Type
- Special Notice
- NAICS
- 511210
— Software Publishers
- Contracting Office
- ACC-APG SCRT - Aberdeen Installation, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91ZLK-11-T-0240
- Archive Date
- 10/5/2011
- Point of Contact
- Patricia Morrow, 410-278-5204
- E-Mail Address
-
ACC-APG SCRT - Aberdeen Installation
(patricia.d.morrow2.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT using Federal Acquisition Regulation (FAR) Part 6.302-1, for Other than Full and Open Competition and FAR Part 13.5, Test Program for Certain Commercial Items. The US Army Contracting Command - Aberdeen Proving Ground, Aberdeen Installation Contracting Division, Aberdeen Proving Ground, MD 21005-3013 has a requirement to procure the following equipment: VL MOTION Time WAVEFORM REPLICATION Software and Hardware. This requirement will be serving the existing LMS Software, Maintenance and Programs that already exist at US Army AMSAA. LMS Software Algorithm and Codification. 1. LMS Virtual Lab Motion Tower Software License P/N VL-MOT.67.2-FP - 1 each 2. LMS Advanced Virtual Lab Flexible Bodies P/N VL-MOT.73.3-FP - 1 each 3. LMS Virtual Lab Component Structural Analysis P/N VL-FEA.02.4-FP - 1 each 4. Unigraphics Interface P/N VL-GEO.23.2 - 1 each Under the Authority of 10 U.S.C. 2304(c)(1) or 41 U.S.C. 253(c)(1), as implemented by FAR 6.302-1, only one responsible source and no other will satisfy the agency requirements, the Government intends to award a sole source contract to LMS North America Inc., 5755 New King Dr Ste 100, Troy, MI 48098-2638. AMSAA has a requirement for the procurement of these items which is for satisfying a requirement only available through the original equipment manufacturer. This award is in support of software already in place at US Army AMSAA and the required software licenses, upgrades and structural analysis cannot be completed by a third party due to the proprietary algorithms, codes used to create the LMS Software, and Server ID numbers. Efforts to notify other contractors are being made via this announcement in accordance with FAR 5.2. There are no solicitation documents however, contractors interested in this requirement should submit a complete technical package, which provides clear and convincing evidence that they can meet the Government's requirement. In addition, the response should include Offeror's Online Representations and Certifications Application (ORCA)--Commercial Items in accordance to FAR 52.212-3. If the offeror does not have a copy of this provision, go to http://www.bpn.gov/ to load required information. Any responses received without completing ORCA registration will be considered noncompliant. Further, the response should include any special requirements for a commercial contract (i.e., Commercial Financing, Warranty Provisions, Delivery Information, etc.) in accordance with FAR Part 12. Responses must be received no later than 5:00 p.m., Eastern Daylight Time, 13 Jul 2011. Responses should be submitted via e-mail to patricia.d.morrow2.civ@mail.mil OR Fax: (410) 306-3910. This notice of intent is not a request for competitive proposals. However, the Government will consider all responses received by the response date stated above. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Telephone requests will not be honored. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government in future procurements. The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3e39b52503f8b00f8182e4933274abd7)
- Record
- SN02492627-W 20110709/110707235752-3e39b52503f8b00f8182e4933274abd7 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |