Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 17, 2014 FBO #4618
SOLICITATION NOTICE

R -- Notice of Intent to Award a Sole-Source Contract

Notice Date
7/15/2014
 
Notice Type
Presolicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Other Defense Agencies, Defense Threat Reduction Agency, Defense Threat Reduction Agency (Headquarters), DTRA Annex, 8725 John J. Kingman Road, MSC 6201, Fort Belvoir, Virginia, 22060-6201
 
ZIP Code
22060-6201
 
Solicitation Number
HDTRA1-NACT-0003
 
Archive Date
8/14/2014
 
Point of Contact
JERRY L. WOODS, Phone: 7037673530, Debra L Mudd, Phone: 703-767-0782
 
E-Mail Address
jerry.woods@dtra.mil, debra.mudd@dtra.mil
(jerry.woods@dtra.mil, debra.mudd@dtra.mil)
 
Small Business Set-Aside
N/A
 
Description
The Defense Threat Reduction Agency (DTRA) intends to negotiate on a sole-source basis to award contract with the University of Alaska Fairbanks (UAF), 3295 College Road, Fairbanks, AK 99709-3705. The contract scope will be for operational and maintenance and research and development support of the United States lnfrasound (IS) and Primary Seismic (PS) and Auxiliary Seismic (AS) monitoring stations associated with the International Monitoring System (IMS). The period of performance will commence upon contract award and continue for two years thereafter. The statutory authority for this non-competitive action is 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 Requirements, 10 U.S.C 2304(c)(1). UAF is the only responsible source that can accomplish the specified waveform support requirements at this time. Each of the US IMS waveform stations is necessarily a custom design and installation intended to optimize data quality and availability and to control long-term sustainment costs of the US IMS. The monitoring station locations, specified by the Comprehensive Nuclear Test Ban Treaty, include a wide range of disparate and extreme environments. The US IMS station operations are generally automated, but stations also require regular preventative and occasional unscheduled maintenance. Other than the Statement of Work and existing Contract Data Requirement Listings (CDRLs), no technical data packages, specifications, statements of work or purchase descriptions suitable for effective competition are available at this time. UAF's unique familiarity with all facets of planning and executing this project is unmatched and cannot be duplicated by another contractor without increased cost that cannot be recovered through competition, unacceptable schedule delay and harm to the Government from failure to meet monitoring commitments. This notice of contract action is not a request for competitive proposals; no formal solicitation will be issued as a result of this announcement. All responsible sources may submit a capability statement which shall be considered by the Government. The Government will not be responsible for any costs incurred by responding to this notice. A determination to proceed with this effort on a sole source basis based upon capability statements received and evaluated in response to this announcement is solely within the discretion of the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DTRA/DTRA01/HDTRA1-NACT-0003/listing.html)
 
Place of Performance
Address: 8725 John J. Kingman, MSC 6201, Fort Belvoir, Virginia, 22060, United States
Zip Code: 22060
 
Record
SN03426439-W 20140717/140716022515-7552e6bb099188ddd71a75c6e7fe1956 (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.