Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 02, 2022 SAM #7368
SPECIAL NOTICE

K -- Optic Sustainment in Support of PM Ground Based Air Defense (PM GBAD)

Notice Date
1/31/2022 11:10:20 AM
 
Notice Type
Special Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
COMMANDER QUANTICO VA 22134-6050 USA
 
ZIP Code
22134-6050
 
Solicitation Number
M67854-22-R-0009
 
Response Due
2/15/2022 11:00:00 AM
 
Point of Contact
Autumn Dickinson, Nicholas Booth
 
E-Mail Address
autumn.dickinson@usmc.mil, nicholas.booth@usmc.mil
(autumn.dickinson@usmc.mil, nicholas.booth@usmc.mil)
 
Description
M67854-22-R-0009��������������������������� Notice Type: Special Notice THIS SYNOPSIS IS FOR INFORMATIONAL PURPOSES ONLY. The Program Executive Officer Land Systems (PEO-LS), Ground Base Air Defense (GBAD) Marine Corps, Quantico, VA 22134 intends to enter into sole source negotiations and subsequently award a Cost Plus Fixed Fee (CPFF) contract valued at $10,930,179 to Ascent Vision Technologies, LLC (Ascent) 90 Aviation Lane Belgrade, MT 59714-9384, United States (Cage Code: 7HVK4). This effort is estimated for award in the second quarter of Fiscal Year 2022. The place of contract performance is Belgrade, MT at Ascent�s location. Ascent is the Original Equipment Manufacturer (OEM) of the CM202U and CM262U optic systems modified and integrated into the Marine Air Defense Integrated System (MADIS) program. Ascent holds the modification rights to the CM202U and CM262U source code and remains the only source available to provide the hardware and software lifecycle support. The proposed contract action provides the required supplies and services including the continued software lifecycle management support activities needed to test and sustain the optic systems and associated software applications within the MADIS software baseline; continued procurement of necessary licenses; software maintenance; and provides updates and modifications to the core optic software for integration, test, and evaluation program events. Additionally, this requirement includes services for the repair and maintenance of optic component hardware in support of the MADIS Family of Systems as well as options to procure additional optic systems if existing program approved acquisition objective quantities increase. The software applications must maintain interoperability with the associated information systems as they continue to upgrade and refresh over time.� The Government does not possess the required rights to the source code necessary to support a competitive procurement for the hardware and software lifecycle management effort. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. This acquisition is being pursued on a sole source basis under the statutory authority of 10 U.S.C. 2304(c)(1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1(a)(2)(ii)(A) ""Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements"". Unless stated herein, no additional information is available. Requests for the same will be disregarded. Responsible interested parties may submit a capability statement in which they identify their interest and capability to respond to this requirement. The Government will consider all information received within seven calendar days after the date of the publication of this synopsis. A determination by the Government not to compete this requirement based upon responses received as a result of this notice is solely within the discretion of the Government. All submissions become Government property and will not be returned. Contractors are advised the Government will not pay for any information or administrative costs incurred in response to this notice of intent. The North American Industry Classification System code is 333314, Optical Instrument and Lens Manufacturing. The Product or Service Code is 1240, Optical Sighting and Ranging Equipment. GENERAL INFORMATION: The information provided herein is subject to change and is not binding on the Government. The Government has not made a commitment to procure any of the items discussed and should not be construed as a commitment or as authorization to incur cost for which reimbursement would be required or sought. All responses to this notice shall be submitted to Mr. Nicholas Booth and Ms. Autumn Dickinson. Please reference the announcement number on all correspondence. Telephone calls will not be honored. Contracting Office Address: 2200 Lester Street Quantico, VA 22134 Primary Point of Contact: Nicholas Booth Contracting Officer Nicholas.Booth@usmc.mil Secondary Point of Contact: Autumn Dickinson Contract Specialist autumn.dickinson@usmc.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fd8fe7a56a9d4e86bbff03f4376f600c/view)
 
Place of Performance
Address: Belgrade, MT 59714-9384, USA
Zip Code: 59714-9384
Country: USA
 
Record
SN06228424-F 20220202/220131230106 (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.