Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 09, 2020 SAM #6736
SOLICITATION NOTICE

58 -- Modified Persistent Surveillance Systems � Tethered (PSS-T) Large for the Kingdom of Saudi Arabia (KSA)

Notice Date
5/7/2020 8:21:53 AM
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
 
ZIP Code
21005-1846
 
Solicitation Number
W56KGY-20-R-0017
 
Response Due
4/22/2020 1:00:00 PM
 
Archive Date
05/07/2020
 
Point of Contact
Quang Ho, Bill Claybrook
 
E-Mail Address
quang.p.ho.civ@mail.mil, william.d.claybrook.civ@mail.mil
(quang.p.ho.civ@mail.mil, william.d.claybrook.civ@mail.mil)
 
Description
This notice serves as the Government's intent to solicit the subject requirement on a non-competitive basis to TCOM, L.P. The Government approved an International Agreement for Competitive Restriction (IACR) in accordance with FAR 6.302-4, DFAR 206.302-4, and AFARS 5106.302-4. The Government determined that based on the Letter of Offer and Acceptance (LOA) with the Kingdom of Saudi Arabia (KSA)�and extensive market research that only TCOM, L.P.�can meet the requirements within the required delivery date. In accordance with the Defense Security Cooperation Agency (DSCA) Security Assistance Management Manual (SAMM), C4.3.2, TCOM L.P. is the only�vendor that can provide the required systems that meet baseline interoperability and compatibility with systems�currently being used�by the U.S. Army.�Only TCOM can�provide a consolidated sustainment approach between the U.S. Army PSS-T Large aerostat systems and KSA�s modified PSS-T Large aerostat systems to maximize the purchaser�s ability to assimilate the technologies and manage its acquisition/logistics, also required by the DSCA SAMM C4.3.5.4.2.1. Additionally, this will ensure effective interoperability with all U.S. Forces and those of allied and coalition partners, as required within DoD Directive 2010.6. The approved�ceiling for this requirement is $486,660,666.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/da3f971e5d784fc68b90b8d95ff7f895/view)
 
Place of Performance
Address: SAU
Country: SAU
 
Record
SN05650576-F 20200509/200507230209 (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 |
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.