SOLICITATION NOTICE
99 -- Repair & Refurbishment(R&R) of Government-owned FLIR Equipment
- Notice Date
- 7/10/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- US Army Space and Missile Defense Command, Deputy Commander, ATTN SMDC-CM-AP, P.O. Box 1500, Huntsville, AL 35807-3801
- ZIP Code
- 35807-3801
- Solicitation Number
- W9113M14R0009
- Response Due
- 7/25/2014
- Archive Date
- 9/8/2014
- Point of Contact
- Shalanda R. McMurry, 256-955-5961
- E-Mail Address
-
US Army Space and Missile Defense Command, Deputy Commander
(shalanda.r.mcmurry.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number, W9113M-14-R-0009, is issued as a Request for Proposal (RFP). The U.S. Army Contracting Command-Redstone (ACC-RSA) intends to award, on a sole source basis, a three-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract to FLIR Systems, Inc. (FLIR) in Wilsonville, Oregon, CAGE Code: 64869 (FLIR). This action is pursuant to 10 U.S.C 2304(c) (1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirement. This notice does not incorporate small-business set-aside(s). The North American Industry Code System (NAICS) for this requirement is 334511. A list of contract line item number(s) and items, quantities and units of measure shall be provided to the Original Equipment Manufacturer (OEM) for this effort. The contemplated contract will include a one 12-month base period and two 12-month ordering periods and will satisfy repair and refurbishment (R&R) requirements of fielded Product Management Office for Integrated Tactical Systems (PMO ITS) surveillance and target acquisition systems. An IDIQ contracting vehicle provides the flexibility to negotiate firm-fixed prices for the R&R of sensors/cameras, integrated logistics support (ILS) and. Anticipated award date is September 2014. The contract will have a set maximum ceiling of $46,330,729.00. Ordering periods will be included in the resultant contract award. Dates(s) and place(s) of delivery and acceptance will be provided at the task order level. The Product Management Office for Integrated Tactical Systems (PMO ITS) is responsible for providing the maintenance and sustainment (supply) support of the Legacy RAID and RAID BETSS-C, CERBERUS, and CERBERUS Lite systems that are fielded. Major subsystems of the Legacy RAID and RAID BETSS-C CERBERUS, and CERBERUS Lite systems are the StarSAFIRE III, StarSAFIRE HD, Ranger III, and RECON III sensors/cameras. This requirement is for the repair and refurbishment (R&R) of these sensors/cameras (StarSAFIRE III, StarSAFIRE HD, Ranger III, and RECON III) directly from the Original Equipment Manufacturer (OEM) which is FLIR. This requirement also includes Integrated Logistics Support (ILS) and data submissions requirements. The R&R of Government-owned sensors/cameras meets the definition of commercial services as set forth in FAR Part 2.101. The contractor shall conduct initial inspections and diagnostic activities to determine required repairs and/or refurbishments. The contractor shall maintain a spare parts stock level, adequate repair facilities, and technical repair personnel sufficient to repair and refurbish the failed sensor/components and return them to service within the objective mean time to repair. The repair turnaround time (RTAT) shall be no greater than 25 days unless excluded by the Contracting Officer's Representative (COR). A Statement of Work (SOW) along with the anticipated Contract Line Item Number (CLIN) structure will be provided directly to FLIR. These services are deemed available only from FLIR. As stated in the paragraph above, FLIR is the OEM of the StarSAFIRE III, StarSAFIRE HD, and Ranger III XR+ sensors. These sensors are part of existing PMO ITS systems and replacement sensors must be identical to and interchangeable with the original items. The existence of limited rights in data, patent rights, copyrights, or secret processes; the control of basic raw material; or similar circumstances, make the supplies and services available only from FLIR. FLIR owns the intellectual property for all these sensors/cameras and maintains tight control over that property for competitive and investment reasons. FLIR has proprietary control of the schematics, plans, drawings, special tools, fixtures and calibration instrumentation and methods. Additionally, FLIR holds copyrights and patents that apply to these specific models of sensors. It has been determined that FLIR is the sole manufacturer of the sensors/cameras and of the components used for repair on the StarSAFIRE III, StarSAFIRE HD, Ranger III, and RECON III sensors/cameras. FLIR is the only source capable of providing the R&R in a timely and cost effective manner. Furthermore, the introduction of disparate parts into existing sensor/camera units would require additional testing to ensure the parts met operational and interoperability requirements. Under the authority of FAR 6.302-1, this action is directed towards FLIR. The solicitation is issued as a RFQ to FLIR only. A SOW along with the anticipated CLIN structure will be sent to FLIR's representative in a separate document. This RFQ incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-50, dated March 16, 2011 - found online at http://www.acquisition.gov/far/current/pdf/FAR.pdf. Provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Because this is an authorized sole-source procurement, the evaluation procedures outlined in FAR 52.212-2 are not applicable. Offeror shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. FAR clauses at 52.212-4, Contract Terms and Conditions-Commercial Items, and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, apply to this acquisition. Additional terms and conditions consistent with customary commercial practices applicable to this acquisition will be discussed with the offeror during negotiations. A Defense Priorities and Allocations System rating DO-A7 has been assigned to this acquisition. All responses and/or inquiries should be directed to Shalanda McMurry, (256)955-5961, email: shalanda.r.mcmurry.civ@mail.mil and must be received within fifteen (15) calendar days from publication of this combined synopsis/solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4ac6ae6f1b1d637f35285e19a017590e)
- Place of Performance
- Address: US Army Contracting Command-Redstone ATTN CCAM-CAB-B, P.O. Box 1500 Huntsville AL
- Zip Code: 35807-3801
- Zip Code: 35807-3801
- Record
- SN03420956-W 20140712/140710235347-4ac6ae6f1b1d637f35285e19a017590e (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 |