SPECIAL NOTICE
10 -- **NOTICE TYPE: SYNOPSIS OF JUSTIFICATION AND APPROVAL (J&A), INTENT TO MODIFY CONTRACT(S) W91CRB-10-C-0177 (Exelis) and W91CRB-10-C-0179 (L-3)**
- Notice Date
- 4/8/2015
- Notice Type
- Special Notice
- NAICS
- 339115
— Ophthalmic Goods Manufacturing
- Contracting Office
- ACC-APG - Aberdeen Division D, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91CRBENVGHMA
- Archive Date
- 4/7/2016
- Point of Contact
- Andrew Craig Mitchell, 410-306-2765
- E-Mail Address
-
ACC-APG - Aberdeen Division D
(andrew.c.mitchell1.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- U.S. Army Contracting Command- Aberdeen Proving Ground (ACC APG) intends to modify Enhanced Night Vision Goggle-II (ENVG) Firm Fixed Price (FFP) contracts W91CRB-10-C-0177 and W91CRB-10-C-0179; the Government shall extend the period of performance for an additional 12 (twelve) months, using the authority provided by Federal Acquisition Regulation (FAR) 6.302-1(2)(ii), Only One Responsible Source and No Other Type of Supply or Service will Satisfy Agency Requirements. The current contracts are awarded to Exelis, Inc of RoanokeVA (W91CRB-10-C-0177), and L-3 Systems, Inc of Londonberry NH (W91CRB-10-C-0179). The extension is required to enable the vendors to design, build, and conduct qualification testing on Helmet Mount Assemblies (HMAs). An extension shall allow for the potential procurement of 6,600 (Exelis Contract W91CRB-10-C-0177) and 7,700 (L-3 Contract W91CRB-10-C-0179) HMAs. The Government intends to negotiate solely with Exelis and L-3; Exelis and L-3 have independently designed and developed ENVG systems with designs that are completely distinctive and proprietary to each vendor. This includes the HMA used to attach the ENVG system to a Soldier's helmet; no commercial off-the-shelf, modified commercial off-the-shelf, or Government HMAs suffice. Exelis and L-3 are currently the only two qualified sources that possess the requisite capability to design, build, and test HMAs for their respective proprietary systems, and within the necessary amount of time. Any other prospective manufacturers (and their suppliers) would need be qualified by the Government to perform the requirement; the qualification process would take longer than the anticipated fielding gap, and would be prohibitive from a cost standpoint. The NAICS Code for this requirement is 339115, with a size standard of 500. Other sources interested in this requirement may identify their interest and capability by responding to this synopsis/ special notice. This notice is not a request for competitive proposals. The Government will only consider capability submission(s) received within fifteen (15) days of this synopsis/ special notice. Information provided will be used only to determine whether to conduct a competitive procurement. A determination to compete this requirement is solely within the discretion of the Government. All respondents must be registered in the System for Award Management (SAM) program, and have a valid DUNS number, CAGE Code, and Tax Identification Number. All responses and questions must be written and submitted via electronic mail (Email) to the Government POC; Contact Mr. Andrew Mitchell at Andrew.C.Mitchell1.civ@mail.mil. The Government is not responsible for any costs associated with responding to this Synopsis.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4dcd59c6e61d6c6b23530566f1cd06c5)
- Record
- SN03693528-W 20150410/150408235246-4dcd59c6e61d6c6b23530566f1cd06c5 (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 |