Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 23, 2012 FBO #4047
MODIFICATION

J -- Notice of Intent to Award Sole Source

Notice Date
12/21/2012
 
Notice Type
Modification/Amendment
 
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 11 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/c96967c015a11b07f715816c73f41e29)
 
Record
SN02954754-W 20121223/121221234953-c96967c015a11b07f715816c73f41e29 (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 |
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.