SPECIAL NOTICE
J -- Notice of Intent to Award Sole Source
- Notice Date
- 12/21/2012
- Notice Type
- Special Notice
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- ACC-APG - Edgewood, ATTN: AMSSB-ACC-E, 5183 Blackhawk Road, Aberdeen Proving Ground, MD 21010-5424
- ZIP Code
- 21010-5424
- Solicitation Number
- W911SR13NBCRSFOX
- Archive Date
- 3/21/2013
- Point of Contact
- Michael Velez, 410-436-8446
- E-Mail Address
-
ACC-APG - Edgewood
(michael.velez5@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The Department of the Army, Contracting Command, Aberdeen Proving Ground, MD intends to negotiate a Sole Source procurement with General Dynamics Land Systems (GDLS), to provide operation, maintenance, and supply support for the Nuclear, Biological, Chemical Reconnaissance System (NBCRS) Fox M93 Series in garrison and contingency operations. The objective of this effort is to provide global Contractor Logistics Support (CLS) to ensure operational availability of NBCRS Fox M93 Series. This proposed procurement is for service for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1, quote mark Only one responsible source and no other supplies or services will satisfy agency requirements. quote mark This notice of intent is not a request for competitive quotes. A determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Contracting Officer. Point of contact is Michael Velez, Contract Specialist, e-mail: michael.a.velez32.civ@mail.mil. The Joint Program Executive Office for Chemical and Biological Defense (JPEO-CBD) has a requirement for CLS Services to provide operation, maintenance and supply support for the NBCRS Fox M93 Series in garrison and contingency operations. The contractor shall be responsible for maintaining system operational readiness at all locations, to include military installations, worldwide. The contractor shall provide technical support and engineering services required to maintain systems over the term of the contract. The contractor shall be responsible for obtaining all required security clearances, country clearances, visas, work permits, installation access, etc. to deliver support and maintain system operational readiness. Program Management requires development and execution of a detailed program plan describing the overarching program strategy insuring the contract, scheduling, and cost objectives are met. The estimated period of performance for the contractual effort is 60 months from date of award. The effort is unclassified; however, the contractor shall be required to receive and generate classified information and be required to store and ship classified hardware. The contractor shall furnish all necessary services, personnel, hardware, software, facilities, information and supplies (except Government Furnished Equipment) required to support the systems. The contractor shall provide an information system for the Government to monitor and track all maintenance actions in real time. Interested potential sources shall provide a white paper (10-page limit on responses is inclusive of any supporting documentation) responding to the following questions : (1) What qualifications/capabilities do you have to execute the required work? (2) What experience or past performance of a similar nature supports your qualifications/capabilities for the required work? Ensure the following is addressed in your response: (a) Experience with supporting the same or similar systems and the scope of previous support efforts; (b) Locations where support was provided; (c) Please indicate facility and personnel clearances possessed; (d) Please indicate the dollar range of any related contracts.(e) How the specific requirements for the NBCRS Fox M93 Series will be met. Responses should be submitted, as indicated above, and at a minimum, should include: synopsis number, company name, address, telephone number, facsimile number, website address (if available), and type of business (large or small), informational paper addressing the areas of interest listed above, brochures, published technical specifications, and 3rd party performance verification. The name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives should also be included. Responses shall be provided via Email to michael.a.velez32.civ@mail.mil not later than 20 January 2013, in either Microsoft Word (.doc) or Adobe (.pdf) format THIS IS A SYNOPSIS ONLY. This is not a request for proposals or quotations. All information received in response to this synopsis that is marked Proprietary will be handled accordingly.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3ef09757440497438940b139bd738b61)
- Record
- SN02954753-W 20121223/121221234952-3ef09757440497438940b139bd738b61 (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 |