Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 08, 2017 FBO #5676
SOLICITATION NOTICE

16 -- Flight Line Test Sets (FLTS)

Notice Date
6/6/2017
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Technical Applications Contracting Office (TAKO), ATTN: AMSAM-TASO-K, Lee Boulevard, Building 401, Fort Eustis, Virginia, 23604-5577
 
ZIP Code
23604-5577
 
Solicitation Number
H92241-16-R-0014
 
Point of Contact
Aaron Martin, Phone: 7578784657, Michael J. Wastella, Phone: 757-878-4661
 
E-Mail Address
aaron.b.martin12.civ@mail.mil, michael.j.wastella.civ@mail.mil
(aaron.b.martin12.civ@mail.mil, michael.j.wastella.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The United States Special Operations Command (USSOCOM), Technology Applications Contracting Office (TAKO) intends to award a Firm-Fixed-Price contract for Flight Line Test Sets (FLTS) that have the capability to simulate aircraft self-defense equipment sensors in multiple wavelengths across the electromagnetic spectrum. The intended source for this procurement is AAI Corporation d/b/a Textron Systems, 124 Industry Lane, Hunt Valley, MD 21030, CAGE 97384. The associated NAICS code is 334511. The proposed contract action is for supplies for which the Government intends to solicit and negotiate with only one source under the authority of the FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. Through market research, AAI was the only party found that could meet all of the Government's requirements: (1) stimulate infrared (IR) sensors, (2) stimulate ultraviolet (UV) sensors, (3) stimulate radio frequency (RF) antennas/sensors, (4) stimulate laser-detection (LD) sensors, (5) measure aircraft self-defense system laser energy output, (6) provide a video user interface for isolating antennas/sensors, (7) have a reprogrammable library, (8) include a Windows ® based graphic user interface (GUI) for library reprogramming, (9) include operating/training manuals/materials, (10) be sustainable via Operator-Depot repair process with a turnaround time of less than 90 days, (11) and be compact, weighing no more than 40 lbs. with all accessories in a ruggedized container. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all capabilities statements or proposals received within the closing date set in this synopsis will be considered by the Government. A determination by the Government not to compete with 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. All interested, capable, and responsible sources that would like to respond to this presolicitation synopsis are encouraged to provide a statement of interest along with supporting documentation to Contract Specialist Aaron Martin via email at aaron.b.martin12.civ@mail.mil no later than 01:00 pm Eastern Time on 26 June 2017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortEustisVA/H92241-16-R-0014/listing.html)
 
Record
SN04534258-W 20170608/170606235624-4622bbbf6948589d131e5630386cf044 (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.