Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 15, 2020 SAM #6742
SPECIAL NOTICE

99 -- Notice of Intent to Sole Source Mobile Border Intelligence Surveillance and Reconnaissance System - Phase II

Notice Date
5/13/2020 8:04:35 AM
 
Notice Type
Special Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-5001 USA
 
ZIP Code
21005-5001
 
Solicitation Number
W91CRB-20-C-MBSSII
 
Response Due
5/27/2020 5:00:00 AM
 
Archive Date
05/27/2020
 
Point of Contact
Kristin L. dacey
 
E-Mail Address
kristin.l.dacey2.civ@mail.mil
(kristin.l.dacey2.civ@mail.mil)
 
Description
This is a special notice being published in accordance with Federal Acquisition Regulation (FAR) Part 5.101(a)(1) requiring the dissemination of information on proposed contract actions. This is a notice of intent to award a sole-source contract and is not a request for competitive proposals. The U.S. Army Contracting Command � Aberdeen Proving Ground (ACC-APG), intends to solicit and award a forty-two (42) month, Firm-Fixed Price contract to Advanced Technology Systems Company (ATSC), in support of Foreign Military Sales (FMS) case QE-B-UFT. The contract shall consist of Phase II of the Mobile Border Intelligence Surveillance and Reconnaissance System (MBISRS) to enhance Royal Army of Oman (RAO) Border Surveillance.� Phase II requirements include an additional Trailer-Mounted Manned Border Surveillance Tower (TMBST), Explosives and Narcotics Detection Systems, a Command and Control (C2) Center, voice/data network radios, Mobile Remote Communications Systems (MRCS), a Portable Classroom Training Kit (PCTK), and associated spares and training. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one source under statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR Part 6.302-1 � Only one responsible source and no other supplies or services will satisfy agency requirements.� As the Phase I system OEM, ATSC is the only source capable of providing for Phase II full compatability and interoperability with deployed Phase I systems and existing training curriculum due to software exclusivity and proprietary system documentation and training/installation materials. This synopsis is not a request for proposals. Any responsible source who believes it is capable of fully meeting all aspects of this requirement may respond with a capability statement explaining their intended methods of maintaining Phase I compatability and interoperability, to include; gaining access to system documentation, training material and software exclusivity.� Responses shall be considered by the agency, only if received by the closing date and time of this notice and must be emailed (no telephonic inquiries) to Ms. Kristin Dacey, Contract Specialist, at Kristin.L.Dacey2.civ@mail.mil..� A determination by the Government not to compete this proposed action, based upon responses to this notice, is solely within the discretion of the Government.� This notice will close on 27 May 2020, 08:00 AM Eastern Time.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5a14586f44b94f93b000aff57f27bbc6/view)
 
Record
SN05655767-F 20200515/200513230152 (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.