SOLICITATION NOTICE
J -- Giant Voice Maintenance Services
- Notice Date
- 8/13/2020 1:08:48 PM
- Notice Type
- Presolicitation
- NAICS
- 811213
— Communication Equipment Repair and Maintenance
- Contracting Office
- FA6703 94TH CONTRACTING FLIGHT PK DOBBINS AFB GA 30069-4900 USA
- ZIP Code
- 30069-4900
- Solicitation Number
- FA670320Q0012
- Response Due
- 8/28/2020 12:00:00 PM
- Archive Date
- 09/12/2020
- Point of Contact
- Leslie Christoferson, Phone: 6786554584, Patrina Sheffield, Phone: 6786555778
- E-Mail Address
-
leslie.christoferson@us.af.mil, patrina.sheffield@us.af.mil
(leslie.christoferson@us.af.mil, patrina.sheffield@us.af.mil)
- Description
- This is a Notice of Proposed Contract Action under the FAR Part 12 Acquisition of Commercial Items and FAR Part 13 Simplified Acquisition Procedures. This notice is for information only; a solicitation will not be issued. THIS IS NOT A REQUEST FOR QUOTATION. No contract will be awarded on the basis of offers received in response to this notice. The associated North American Industry Classification System (NAICS) code is 811213 with a small business size standard of $12M. The Government intends to solicit, negotiate, and award a sole source contract to A.N.S. Services, LLC, 8600 W. Bradley Rd., Milwaukee, WI 53224-2816, under the authority of FAR 6.302-1(a)(2). Dobbins Air Reserve Base (ARB), GA, requires specialized communication maintenance and warranty services for the Giant Voice (GV) System at Dobbins ARB. The Government has determined that no other source can meet this requirement. The current Giant Voice System at Dobbins ARB is an older system that has been pieced together to integrate a new Enterprise Land Mobile Radio Network and Enterprise AtHoc Notification System.� A.N.S Services successfully researched and reverse engineered the integration of the two (2) new Networks/Functions into the older existing system and therefore possesses exclusive technical knowledge of the highly integrated system infrastructure which no other source can provide. This specialized technical knowledge is imperative during outages. Lack of knowledge and familiarity with the highly integrated and unique system infrastructure would cause the Government to experience significant down time resulting in an increased threat to the health and safety of installation personnel as well as Air Force assets. It is anticipated that procuring these services from any another source�would require significant engineering manhours and cost to redevelop the knowledge required to effectively and successfully maintain the intricate and unique GV system infrastructure. This would result in a substantial duplication of cost not expected to be recovered through competition and cause unacceptable delays in fulfilling the agency�s requirements. This is a notice of proposed contract action and not a request for competitive proposals; however, all responsible sources may submit a capability statement or proposal, which shall be considered by the agency. All inquiries should be sent by email to Leslie.Christoferson@us.af.mil and Patrina.Sheffield@us.af.mil. Responses must be submitted by the date/time listed on the notice. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government in future procurements. Responses received will be evaluated; however a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. The Government anticipates an award date on or before 15 September 2020. A Sole Source Justification will be attached to the subsequent Notice of Award.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8db2485176db427ea0abfd305eca7ba9/view)
- Place of Performance
- Address: Marietta, GA 30069, USA
- Zip Code: 30069
- Country: USA
- Zip Code: 30069
- Record
- SN05756368-F 20200815/200813230156 (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 |