SOLICITATION NOTICE
59 -- Sole Source for Long Range Advanced Scout Surveillance System configuration updates
- Notice Date
- 5/7/2014
- Notice Type
- Presolicitation
- NAICS
- 335312
— Motor and Generator Manufacturing
- Contracting Office
- ACC-APG - Washington, ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
- ZIP Code
- 22060-5863
- Solicitation Number
- W909MY-14-R-A002
- Response Due
- 5/22/2014
- Archive Date
- 7/6/2014
- Point of Contact
- Hanh Dinh, 703-704-0856
- E-Mail Address
-
ACC-APG - Washington
(hanh.t.dinh.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The US Army Contracting Command APG - Belvoir Division intends to award a twenty four (24) months, Cost-Plus-Fixed-Fee (CPFF), Indefinite Delivery Indefinite Quantity (IDIQ) Contract for procurement of configuration updates of up 100 units of Block 0 Long Range Advanced Scout Surveillance System ( LRAS3) sight sensors to the Block 1 Netted LTAS3 sight sensors; technical and engineering support, software maintenance, shipment of replaced parts and components of the reconfigured end items, testing, and documenting of the LRAS3 systems on behalf of Department of Defense (DoD) Project Manager Terrestrial Sensors (previously called Program Manager Ground Sensors, and Program Manager Forward Looking Infrared (FLIR)). The Government will issue a Request for Proposal (RFP) and negotiate on a sole source basis a CPFF type contract to Raytheon Company, 2501 West University Drive, McKinney TX 75071-2813. It has been concluded that only Raytheon Company possesses the unique capabilities to provide the LRAS3's. This contract will be awarded on a sole source basis to Raytheon pursuant to the authority of 10U.S.C 2304(c)(1) and FAR 6.302-1 per Justification and Approval for Other than Full and Open Competition (J&A) Control Number 14-141. These configuration updates will modernize the LRAS3 to the current Block 1 Netted configuration and reduce the Government logistical footprint of sustaining two product lines, and must be compatible with the current U.S. Army supply system inventory of spare parts. Configuration updates will be ordered by individual delivery orders. Each delivery order will set forth all requirements, delivery schedule, shipping instructions, and the applicable CPFF. The shipments are to be FOB Origin with Inspection at Origin and Acceptance at Origin. The small business size standard for NAICS 335312 is 1,000 employees. This notice is being published in accordance with FAR part 5.101 requiring the dissemination of information for proposed contract actions. This is a notice of intent to award a sole-source contract and is not a request for competitive proposals. The statutory authority for this sole-source procurement is U.S.C. 2304(c) (1), as implemented by FAR 6.302-1(a)(2)(ii)(A). However, the Government shall consider all responses received upon receipt of proposal. APG-Belvoir will not be responsible for any costs incurred by interest parties in responding to this notice. Please be advised the US Government does not possess the Technical Data Package for this effort. It is anticipated that the Request for Proposal number W909MY-14-R-A002 will be posted to Army Single Face to Industry (ASFI) Acquisition Business Web Site on or about 22 May 2014. All requests for further information must be in writing or via email. Telephone requests for additional information will not be honored. You may forward all responses to the following email address: hanh.t.dinh.civ@mail.mil and cc: rosetta.wisdom-russell.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/05d862aeb163532fba53fe8f7da17cae)
- Place of Performance
- Address: ACC-APG - Washington ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA
- Zip Code: 22060-5863
- Zip Code: 22060-5863
- Record
- SN03360045-W 20140509/140507234941-05d862aeb163532fba53fe8f7da17cae (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 |