SOURCES SOUGHT
63 -- Weapons Storage and Security System (WS3) Service Life Extension Program (SLEP)
- Notice Date
- 3/16/2022 2:30:10 PM
- Notice Type
- Sources Sought
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- FA9422 AFNWC PZ KIRTLAND AFB NM 87117-0001 USA
- ZIP Code
- 87117-0001
- Solicitation Number
- FA9422-22-R-0002
- Response Due
- 3/31/2022 3:00:00 PM
- Point of Contact
- Stephanie Vigil, Phone: 505-846-4113, Lauren Jackson, Phone: 505-846-4579
- E-Mail Address
-
stephanie.vigil@us.af.mil, lauren.jackson.5@us.af.mil
(stephanie.vigil@us.af.mil, lauren.jackson.5@us.af.mil)
- Description
- THIS SOURCES SOUGHT SYNOPSIS / PRESOLICITATION NOTICE IS HEREBY ISSUED IN ACCORDANCE WITH DFARS PGI 206.302-1(D) AND FAR SUBPART 5.2. The purpose of this synopsis/notice is to announce The Air Force Nuclear Weapons Center (AFNWC) intent to issue a sole source contract under the authority of 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.� However, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the Agency. Interested parties may submit a capability statement, proposal, or quotation if they believe they can meet the requirements presented below and must submit their response in writing and provide sufficient detail to allow the Government to determine if the party can provide the requirement. The AFNWC has determined that the circumstances of this contract action deem only one source is reasonably available.� This requirement is considered noncommercial in nature and any resultant contract will be awarded in accordance with FAR Part 15 to: Atlantic CommTech Corporation (ACT) 2509 Walmer Ave. Norfolk VA 23513-2604 Cage code: 1J0V2 AFNWC intends to award a 3-year contract (base plus two option years) for follow-on contract for the continued support, production, and installation of highly specialized equipment and are only available from the original source that developed the system configuration/component integration solution. The anticipated effort will be a new hybrid contract which will include Firm-Fixed Price (FFP) for Direct Labor supporting system configuration, Cost-Plus-Fixed-Fee (CPFF) for installation activities in Europe, and Cost Reimbursable (CR) for travel and materials. �The follow-on efforts will require ACT to procure, integrate, test, and install the Protective Aircraft Shelter Interior Intrusion Detection System (PAS-IIDS), and Alarm, Communication and Display (AC&D) systems at the new NATO installation as well as successfully complete Contractor Verification Testing upon installation to verify that the new system meets all requirements of the five previously installed systems under contract FA9422-16-C-8041. The PAS-IIDS system will be installed at each PAS and includes point sensors at every door and entry way; and motion detection covering the top of the vault.� The AC&D system will be installed at each PAS and in two monitoring facilities.� The installation of the PAS includes the removal of legacy equipment, installation of the new AC&D equipment and integrating the PAS-IIDS alarm points.�� The installation at the monitoring facilities includes removal of legacy equipment and installation of the new AC&D equipment. �Deliverables, in support of the final system delivery and installation, include engineering drawings, bill of materials, test plans/reports, technical progress reports, presentations, project schedules and milestones, site surveys, monthly status and financial reports which provide updates of ongoing efforts, meeting agendas, minutes, and presentations as directed. Award is subject to approval of the Sole Source Justification. In accordance with FAR Part 5.203 this notice of intent is not a request for competitive proposals or quotations. �A determination by the Government not to compete this proposed action based upon any responses to this notice is solely with the discretion of the Government. All responses must be received within 10 days from the date of publication of this synopsis. Information received will normally be considered for the purpose of determining whether to conduct a competitive procurement. If no affirmative responses are received within 10 days of this notice, an award will be made to Atlantic CommTech Corporation (ACT). The NAICS Code/Size is 334290/750. There is no solicitation package available.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6901305e7c454b7b87a59e4734a85837/view)
- Record
- SN06269558-F 20220318/220316230100 (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 |