SPECIAL NOTICE
Z -- Maintenance and Repair of Syntronics D4DG1, D4DG2 and D4B Data Acquisition Systems
- Notice Date
- 11/23/2016
- Notice Type
- Special Notice
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W91CRB ) Division D, 4310 Boothby Hill Rd, ABERDEEN PROV GND, Maryland, 21005-5001, United States
- ZIP Code
- 21005-5001
- Solicitation Number
- W91CRB-17-R-0009
- Archive Date
- 1/31/2017
- Point of Contact
- Alexandra C. Bryant, Phone: 4102785017
- E-Mail Address
-
alexandra.c.bryant.civ@mail.mil
(alexandra.c.bryant.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Contracting Command - Aberdeen Proving Ground (ACC-APG), MD 21005 intends to award a 1 year base and two 1 year options Time and Materials (T&M) contract to Syntronics, 3500 Shannon Park Drive, Fredericksburg, VA 22408, for the Aberdeen Test Center (ATC). This contract will provide maintenance and repair (M&R) of Syntronics D4DG1, D4DG2 and D4B data acquisition systems, including system subcomponents. Hardware is to be repaired on an "as needed" basis. The contract is a follow-on to continue services provided by W91ZLK-15-P-0269 under the statutory authority permitting Other than Full and Open Competition 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Syntronics developed the technology and is the only contractor that can provide the unique qualifications needed to upgrade the instrument. Syntronics possesses the proprietary information needed to modify the internal workings of the D4D and also possess exclusive rights to the design. Syntronics has the requisite knowledge, capability, and specialized technology to fulfill the Government's requirement without unacceptable delays and/or substantial duplication of cost. This sole source contract will continue services for ATC for up to 36 months from the time of award. A sole source follow-on contract is necessary to avoid delays in fulfilling the agency's mission-critical requirements for continuous support of ongoing test activities. This acquisition is being pursued on a sole source basis under the statutory authority of 10 U.S.C. 2304 (c)(1) as implemented by Federal Acquisition Regulation (FAR) 6.3.02-1, Only one responsible source and no other suppliers or services will satisfy agency requirements. This synopsis is not a request for proposals.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8c8ad5ef493c8cff21a0e00e336dbac6)
- Record
- SN04335938-W 20161125/161123234228-8c8ad5ef493c8cff21a0e00e336dbac6 (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 |