SPECIAL NOTICE
58 -- PNT Equipment, Installation and Testing
- Notice Date
- 2/15/2020 3:47:19 PM
- Notice Type
- Special Notice
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- ITS/ NETWRK SVCS CONTRACT OPNS DIV1 WASHINGTON DC 20405 USA
- ZIP Code
- 20405
- Solicitation Number
- ID22200028
- Response Due
- 2/28/2020 2:30:00 PM
- Archive Date
- 03/14/2020
- Point of Contact
- Tammy L. Mattox
- E-Mail Address
-
tammy.mattox@gsa.gov
(tammy.mattox@gsa.gov)
- Description
- NOTICE OF INTENT TO SOLE SOURCE This posting constitutes the General Services Administration (GSA) synopsis notice of Intent to award a non-competitive contract action as required under FAR 5.2 Synopses of Proposed Contract Actions. This Notice of Intent is not a Request for Quote (RFQ) or a Request for Proposal (RFP). The intent of this pre-solicitation notice is to notify industry of the Government's intent to negotiate with only one source for the procurement of test articles, installation and testing of Positioning, Navigation, & Timing (PNT) equipment to be delivered to U.S. Army Program Executive Office (PEO) PM PNT. The PNT equipment and services are considered to be commercial items and consist of the following: PNT Equipment � Delivery 45 days ARO ����������� Enhanced D3 (ED3) � PNT distribution device. ����������� Victory/CSAC Accessory Module (VCAM) � Hosts Electronic Surveillance and Electronic Protection, generates precise timing. ����������� Electronic Surveillance / Electronic Protection Software � Detects threats to GPS ����������� Anti-Jam Antenna System (AJAS) � Mitigation of enemy jammer capabilities. ����������� Emerging Threat Detection and Mitigation � see VOLT (Validated Online Lifecycle Threat) for Emerging Threat definition � SIPRNet req�d ����������� Anti-Jam Antenna Integration Module (AJAIM) � Allows low power standby mode for Anti-Jam Antenna and allows redundant GPS antenna capability ����������� Fixed Reception Pattern Array (FRPA) Antenna � Receives broader electromagnetic spectrum to support for Electronic Surveillance / Electronic Protection capabilities Installation Services:� Contractor will provide customized install of all APNT components listed above using subject matter experts and specialized tools in support PM PNT.� The end result will be a proper characterization and Tech Data Pack necessary to replicate install for the respective vehicle tested. Testing Services:� Contractor will provide engineering support and APNT subject matter experts to expand capability while advancing resilience technologies in PNT contested environments. The intended source is GPS Source, Inc. The Government is pursuing a non-competitive action under the authority of FAR 13.501(a)(1).��A justification will be posted to beta.SAM.gov �within fourteen (14) days of award for a minimum of thirty (30) days in accordance with FAR 13.501(a)(1)(iii). This hybrid firm-fixed price (FFP)/ labor-hour (LH) award will include a one year base period with one (1) 10 month option period. The statutory authority permitting other than full and open competition that is applicable to this procurement is 41 U.S.C. 1901 which is implemented in FAR 13.501(a)(1) as follows: �Conduct sole source acquisitions, as defined in 2.101, (including brand name) under this subpart only if the need to do so is justified in writing and approved at the levels specified in paragraph (a)(2) of this section� �The nature of the proposed sole source award requires these unique services and supplies to be provided by GPS Source, Inc. for the one year base period and one (1) 10 month option period. The Contractor has past experience providing this equipment, installation and testing. �To use another Contractor would result in an interruption of the Services. This would involve considerable cost to the Government. GSA could not identify any additional potential sources beyond GPS Source, Inc. who can meet the U.S. Army�s PEO PM PNT immediate equipment and services requirement. It has been determined that GPS Source, Inc. is the only known Contractor to GSA who is capable of providing the equipment and services required. This Notice of Intent is not a request for competitive price proposals. Interested firms must submit a written response that demonstrates their ability to provide the above. Also, interested firms must state how they would fulfill the requirement above and include appropriate documentation describing the number of years they have been providing such services. The written response received from interested firms shall provide sufficient details to allow for an evaluation by the government without the need for the submission of additional information. The written response must be submitted to Tammy Mattox, Contract Specialist by February 28, 2020 at 4:30 pm, Central Standard Time (CST) via email to tammy.mattox@gsa.gov. ALL ATTACHMENTS MUST BE SENT IN ""PDF FORMAT"" AND INCLUDE THE SOLICITATION NUMBER IN THE SUBJECT LINE. PLEASE NOTE THAT THE TOTAL SIZE OF ALL ATTACHMENTS MUST NOT EXCEED 23MB. Telephone or faxed responses are NOT acceptable and will NOT be considered. Any questions regarding this Notice of Intent shall be in writing and submitted to Tammy Mattox, Contract Specialist, via email to tammy.mattox@gsa.gov and must include the solicitation number in the subject line. Any determination to compete or not to compete this proposed contract is solely within the discretion of the Government. This is a Public Notice and is not a Request for Proposal or Request for Quote.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/652898b2d4744aafbbf2899a5b39a01a/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD 21005, USA
- Zip Code: 21005
- Country: USA
- Zip Code: 21005
- Record
- SN05563327-F 20200217/200215230130 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |