SOLICITATION NOTICE
R -- Night Eagle Operations, Maintenance, Sustainement and Engineering Services
- Notice Date
- 5/28/2015
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- ACC-APG - Washington, ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
- ZIP Code
- 22060-5863
- Solicitation Number
- W909MY15RA006
- Response Due
- 6/25/2015
- Archive Date
- 7/27/2015
- Point of Contact
- Shahaadah, 703-704-0833
- E-Mail Address
-
ACC-APG - Washington
(shahaadah.c.nalls.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The Army Contracting Command Command-Aberdeen Proving Grounds (Belvoir Division), in support of the CERDEC Night Vision and Electronic Sensors Directorate (NVESD) intends to award a Cost Plus Fixed Fee sole source contract to Leidos, Inc for support the ongoing operations and maintenance of the Night Eagle (NE) program. The NE System is an aerial Counter-Improvised Explosive Device (C-IED) system. The proposed action will provide continued NE System services, to include flight operations, imagery processing/exploitation/dissemination (PED), aircraft/system maintenance, personnel training, logistics support, and system infrastructure maintenance support necessary to continue sustainment of the current NE Overseas Contingency Operations (OCO) effort. Closeout services are included to remove equipment from theater after final troop withdraw. The NE system consists of two (2) aircraft, two (2) ground stations, and up to 30 deployed personnel. Additional, system infrastructure consists of an aircraft maintenance shelter, trailer complexes, CONEX containers and aircraft ground support equipment. Under the proposed contract, the contractor shall provide Continental United States (CONUS) and Outside Continental United States (OCONUS) support services for the Night Eagle system. These services include logistics and maintenance support for the NE aircraft and associated systems both CONUS and OCONUS, facility and all associated hardware/software maintenance, qualified pilots and ground support personnel to operate the NE aircraft. The estimated period of performance is twelve (12) months from 26 September 2015 with two consecutive six (6) month options and one concurrent three (3) month closeout option to begin not later than 26 June 2017. The total possible period of performance is twenty-four (24) months The proposed contract is for services for which the Government intends to solicit and negotiate on a sole source basis with Leidos, Inc., Surveillance, Reconnaissance and Intelligence System Services, 11951 Freedom Dr, Reston, VA 20190-5640, under the authority of 10U.S.C. 2304 (c) (1) as implemented by FAR 6.302 -1(a)(2)(iii)(A) and (B) Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements per J&A Control Number 15-BELV-0006. The anticipated proposal due date is 30 days after release of the solicitation. This notice of intent is not a request for competitive proposals. Interested parties, however, may identify their interest and capability by responding to this requirement. The Government will consider all capability information received prior to the closing date of this synopsis. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete the proposed contract, based upon responses to this notice, is solely within the discretion of the Government. All responsible sources may identify their interest and capability to respond to the requirement or submit proposals. All proposals received within 30 days will be considered by the Government. Responses shall be no longer than twenty-five (25) pages and shall be in a Microsoft Word compatible format. Responses shall be submitted via email to Shahaadah.c.nalls.civ@mail.mil within 30 calendar days of the date of this notice. All requests for information must be made in writing or e-mail to Shahaadah Nalls, Contract Specialist, at Shahaadah.c.nalls.civ@mail.mil or Rosetta Wisdom-Russell, Contracting Officer, at rosetta.wisdom-russell.civ@mail.mil. No telephonic inquiries or requests will be honored. Responses shall be made in writing by e-mail, U.S. mail or facsimile to the attention of Ms. Nalls using the contact information provided in this synopsis. Companies interested in subcontracting opportunities should contact Leidos, Inc. directly. No hard copy of this RFP will be issued. The point of contact for this action is Ms. Rosetta Wisdom-Russell, at rosetta.wisdom-russell.civ@mail.mil and Shahaadah Nalls, at shahaadah.c.nalls.civ@mail.mil. All offerors must be registered with the System for Award Management in accordance with FAR 52.204-7 and DFAR 252.204-7004. In addition, all offerors must complete the Certifications and Representations as set forth in FAR 52.212-3. This can be accomplished through the following website: https://sam.gov. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Numbered note 22 (sole source) applies.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8367e6504f8b0fc913b329ebe6d2a998)
- 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
- SN03746509-W 20150530/150529040908-8367e6504f8b0fc913b329ebe6d2a998 (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 |