SPECIAL NOTICE
J -- Cband Xband Doppler Radar Maintenance and Repair JA Posting
- Notice Date
- 9/26/2023 10:17:07 AM
- Notice Type
- Justification
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- W6QM MICC-DUGWAY PROV GRD DUGWAY UT 84022-5000 USA
- ZIP Code
- 84022-5000
- Solicitation Number
- W911S6-23-P-0025
- Archive Date
- 10/26/2023
- Point of Contact
- Mark Pratt, Phone: 4358312094
- E-Mail Address
-
mark.s.pratt4.civ@army.mil
(mark.s.pratt4.civ@army.mil)
- Award Number
- W911S6-23-P-0025
- Award Date
- 09/26/2023
- Description
- EEC is the only company can provide the required services because these are unique systems which were all designed and built by their personnel. EEC is the Original Equipment Manufacturer (OEM) for the C-Band and X-Band Doppler Radars and have the expertise to maintain these systems. All hardware and software within these radar systems and subsystems are proprietary and EEC is the only contractor that is authorized to work on the equipment. The contractor does not have any distributors. Impact if not completed: All WDTC and WSMR testing would no longer have the ability to track weather and many other test parameters related to atmospheric conditions. The alternative to get equivalent weather and radar support would be to purchase a completely new system of boundary radars and wind profilers. The new equipment would be approximately $6,000,000 to purchase and thousands of hours would be needed to build up the expertise and support systems required to support the current equipment. An immediate halt to testing that required weather and tracking capability would result in a yearly loss to DPG WDTC of approximately $15,000,000 per year. PER FAR 6.302-1(c)(ii) supplies are only available from the original source and this is support contract is considered a follow on to previous maintenance and repair (M&R) contracts. It is highly likely than award to any other source would result in: a.Substantial duplication of cost $6M plus training to get up to speed with newequipment, which would require similar support after warranty period. b.Unacceptable delays would result in new procurement that would require acquiringfunding that is currently unavailable. c.The service is available from only one source and this service is highly specialized.Attempting to award to any other company would result in this test equipment not beingrepair/maintained/calibrated in an acceptable or timely manner.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2f4515179bcc4849be8596b8021bb758/view)
- Record
- SN06845081-F 20230928/230926230056 (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 |