Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 29, 2018 FBO #6092
SPECIAL NOTICE

D -- Automation Components Obsolescence Audit - J&A Redacted

Notice Date
7/27/2018
 
Notice Type
Special Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W911N2) LEAD - (SPS), 1 OVERCASH AVE, CHAMBERSBURG, Pennsylvania, 17201-4150, United States
 
ZIP Code
17201-4150
 
Solicitation Number
W25G1Q817000Q1
 
Archive Date
8/31/2018
 
Point of Contact
Patricia D. Mize, Phone: 7172678929, Laura J. Buehler, Phone: 7172679617
 
E-Mail Address
patricia.d.mize.civ@mail.mil, Laura.J.Buehler.civ@mail.mil
(patricia.d.mize.civ@mail.mil, Laura.J.Buehler.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
J&A Redacted Letterkenny Army Depot (LEAD) intends to award a sole source, Firm-Fixed-Price service contract to Dematic Corp, 507 Plymouth Avenue NE, Grand Rapids, MI, CAGE Code 4FE76. The contract will be a one-time procurement. The purpose of this acquisition is to procure services to perform an on-site Automation Components Obsolescence Audit of the Automated Guided Vehicle system (AGVS), a sub system of the Automated Storage and Retrieval System (ASRS), at Letterkenny Army Depot (LEAD). The technology, equipment, and software is proprietary to the original equipment manufacturer. This will be Freight On Board (FOB) destination to Letterkenny Army Depot. The North American Industry Classification System (NAICS) code is 541512, the size standard is $27.5M, and the product and service code (PSC) is D399. The statutory authority permitting other than full and open competition for this action is 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1(a)(2), "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements," and is pursuant to Federal Acquisition Regulation (FAR) 13-106-1(b) for purchases not exceeding the simplified acquisition threshold. The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source under the authority of the Simplified Acquisition Procedures at 41 U.S.C. 1901, as implemented by FAR 13.5. This notice is not a request for competitive proposals or quotations. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered before the notice end date. Interested concerns must show clear and convincing evidence that they are eligible and capable of providing these services. If no affirmative written responses are received by 02:00 PM Eastern Daylight Time on 2 August 2018, an award will be made without further notice. A request for documentation will not be considered an affirmative response. Oral communications are not acceptable in response to this notice. A determination by the Government not to compete this proposed requirement is solely within the discretion of the Government. It is noted that offerors must be registered in the System for Award Management (SAM) database to receive a Government contract award. Offerors may register for SAM at www.sam.gov. Electronic responses and questions shall be submitted via email to the Contract Specialist, Patricia Mize, at patricia.d.mize.civ@mail.mil. This synopsis by no means binds the Government and is for informational purposes only.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fb58504bc88fa9f97b1e553302225004)
 
Record
SN05011061-W 20180729/180727231143-fb58504bc88fa9f97b1e553302225004 (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.