SOLICITATION NOTICE
99 -- Family of Weapon Sights Invidual and Enhanced Night Vision Goggle III
- Notice Date
- 12/7/2016
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 333314
— Optical Instrument and Lens 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-13-R-0028
- Archive Date
- 12/22/2016
- Point of Contact
- Andrew Craig Mitchell, Phone: 4103062765, Carol J. Tyree, Phone: 4103061461
- E-Mail Address
-
Andrew.C.Mitchell1.civ@mail.mil, carol.j.tyree.civ@mail.mil
(Andrew.C.Mitchell1.civ@mail.mil, carol.j.tyree.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Award Number
- W91CRB14D0010and0011
- Award Date
- 5/7/2014
- Description
- U.S. Army Contracting Command- Aberdeen Proving Ground (ACC- APG) intends to solicit and award a modification to increase Family of Weapon Sights- Individual (FWS-I) contract quantities to cover the Production and Deployment Phase through a restricted competition between the two (2) prime contractors currently performing the Engineering and Manufacturing Development (EMD) and Low-Rate Initial Production (LRIP) systems- FWS-I. The two (2) EMD/ LRIP contractors are: DRS Network and Imaging Systems, LLC., Melbourne, FL: and BAE Systems, Inc., Nashua, NH. The proposed contract action for which the Government intends to solicit only these two (2) sources is required to meet a critical need to provide mounted long-wave infrared sensor day and night target acquisition capabilities to the warfighter. The modification to the Indefinite-Delivery Indefinite-Quantity (IDIQ) contracts will be for the full Army Acquisition Objective (AAO) quantities of 36,443 within the current contract five (5) year ordering period, ending in FY21. The authority for restricting competition is 10 U.S.C. 2304(c)(1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1, "A Limited Number of Responsible Sources and No Other Supplies or Services Will Satisfy Agency Requirements". The two (2) sources being solicited possess unique knowledge and capabilities required to perform the contract/ modification. The Government will have invested over $70M over a three (3) year period for the designing, building, and testing of FWS-I systems. Only the two (2) EMD/ LRIP contractors are capable of producing FWS-I systems to meet the Government's schedule requirement, without substantial duplication of costs incurred under the EMD/ LRIP contracts. This notice of intent is NOT a request for competitive proposals; however, any questions regarding this notice may be directed to the point of contact (POC) identified below: Andrew C. Mitchell Contract Specialist, ACC- APG Aberdeen Proving Ground (APG), MD 21005-3013 Andrew.C.Mitchell1.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/839afd8dc2e492ebad13079117ecdde3)
- Place of Performance
- Address: Contract: W91CRB-14-D-0010, BAE Systems, Inc., Information and Electronic Systems Integration, 65 Spit Brook Rd., Nashua, NH 03060-6909, Contract: W91CRB-14-D-0011, DRS Network and Imaging Systems, LLC., Melbourne, Florida, 32965-6715, United States
- Zip Code: 32965-6715
- Zip Code: 32965-6715
- Record
- SN04346091-W 20161209/161207234548-839afd8dc2e492ebad13079117ecdde3 (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 |