SOLICITATION NOTICE
R -- Product Manager Force Protection Systems (PM FPS), Forward Looking Infrared (FLIR) Sensor Systems Repair and Refurbishment Services (R&R)
- Notice Date
- 1/5/2024 1:20:02 PM
- Notice Type
- Presolicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- W6QK ACC-APG CONT CT WASH OFC ALEXANDRIA VA 22331-0700 USA
- ZIP Code
- 22331-0700
- Solicitation Number
- W909MY-24-R-0004
- Response Due
- 2/5/2024 1:00:00 PM
- Archive Date
- 02/20/2024
- Point of Contact
- Keane Sablon, Phone: 5714859941, Rosetta Wisdom-Russell, Phone: 7037040826
- E-Mail Address
-
keane.s.sablon.civ@army.mil, rosetta.wisdom-russell.civ@army.mil
(keane.s.sablon.civ@army.mil, rosetta.wisdom-russell.civ@army.mil)
- Description
- SYNOPSIS For Product Manager Force Protection Systems (PM FPS), Forward Looking Infrared (FLIR) Sensor Systems Repair and Refurbishment Services (R&R) SYNOPSIS NUMBER : W909MY-24-R-0004 Title: Product Manager Force Protection Systems (PM FPS), Forward Looking Infrared (FLIR) Sensor Systems Repair and Refurbishment Services (R&R) The U.S. Army Contracting Command - Aberdeen Proving Ground, Belvoir, on behalf of U.S. Army Research, Development and Engineering Command, Communications-Electronic Research Development and Engineering Command, intends to negotiate a FIRM FIXED Price (FFP) sole source modification to extend the ordering period of performance of Indefinite Delivery/ Indefinite Quantity (IDIQ) contract W909MY-19-D-0016 with Teledyne Forward Looking InfraRed (FLIR) LLC, located at 27700 SW Parkway Ave, Wilsonville, OR 97070, a sole source modification to contract Number W909MY-19-D0016 in support of Product Manager Force Protection Systems (PM FPS), Forward Looking Infrared (FLIR) Sensor Systems Repair and Refurbishment Services (R&R). It has been concluded from RFI Number W909MY-23-R-FLIR that only (FLIR) LLC possesses the unique capabilities to provide the Forward Looking Infrared (FLIR) Sensor Systems Repair and Refurbishment Services (R&R). This contract modification will be awarded on a sole source basis to Teledyne Forward Looking InfraRed to pursuant to the authority of under the authority of 10U.S.C. 2304(c) (1) as implemented by FAR 6.302 -1(a)(2)(iii)(A) Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements per J&A Control Number JA-24-Belv-099. Items on this contract modification will be ordered by individual delivery orders. Each delivery order will set forth all requirements, delivery schedule, shipping instructions, and the applicable price. Delivery schedule instructions will be in accordance with contract W909MY19D0016. The requested modification will not increase the existing contract ceiling under the existing IDIQ contract of $92,875,276.00 but will extend the ordering period of performance by two (2) years, from 27 August 2024 to 26 August 2026. Early delivery at no additional cost to the Government is encouraged. The shipments are to be FOB Destination with Inspection at Origin and Acceptance at Origin. The small business size standard for NAICS 334511 is 1,250 employees. This effort provides sustainment support to maintain a �pure fleet� of legacy Rapid Aerostat Initial Deployment (RAID), Base Expeditionary Targeting and Surveillance Systems, combined (BETSS-C) RAID, and Cerberus systems. These systems are comprised of Star SAFIRE III, Star SAFIRE 380HD, Star SAFIRE 380HDc, TacFLIR 380HD, TacFLIR 380HDc, the Recon series of sensor systems, as well as the R20SS and R3D Radars. System repairs, maintenance, and upgrade support are required for all variants of the FLIR family of systems, both in the Contiguous United States (CONUS) and Outside the Contiguous United States (OCONUS). This effort includes Integrated Logistics Support (ILS), preventive maintenance, sensor repair, repair parts procurements, system upgrades, demilitarization, logging of system repair status in a website managed by the Government, and analysis of failed components to increase reliability. Please see Attachment 0001�_Performance Work Statement- FLIR Sensor Systems RR Services for additional information. This notice of intent is being published in accordance with FAR Part 5.101 required dissemination of information for proposed contract actions. This is a notice of intent to award a sole-source contract modification and is not a request for competitive proposals nor a solicitation of offers. No formal solicitation will be issued for this modification. However, all responsible sources may identify their interest and capability to respond to the requirement or submit proposals. All proposals received within 30 days will be considered by the Government. All proposals shall be submitted via e-mail to the Contract Specialists, Keane Sablon at keane.s.sablon.civ@army.mil �and the Contracting Officer, Rosetta Wisdom-Russell at rosetta.wisdom-russell.civ@army.mil no later than 4:00PM Eastern Standard Time on 05 February 2024. Performance will include two (2) years, from 27 August 2024 to 26 August 2026. All communications shall be only in writing and shall be directed to the Contracting Officer and Contract Specialists identified above. Offerors shall not contact any Government personnel other than the persons identified above concerning this RFP. Contacting any Government personnel other than the individuals identified above, may result in an Organizational Conflict Of Interest (OCI) and may result in an Offeror being excluded from competition and award. All offerors must be registered with the System for Award Management in accordance with FAR 52.204-7 and DFAR 252.204-7004. In addition, all offerors must complete the Certifications and Representations as set forth in FAR 52.212-3. This can be accomplished through the following website: https://sam.gov. A determination by the Government not to compete this proposed contract modification based upon responses to this notice is solely within the discretion of the Government.Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Contracting Office Address: ACC-APG - 10205 Burbeck Road, Fort Belvoir, VA 22060-5863 Place of Performance: ACC-APG- 10205 Burbeck Road Fort Belvoir VA 22060-5863 Point of Contact(s): Keane Sablon, 520-671-2289 ACC-APG - Washington
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/70d7379edb8a4377ac2b8033fd30bad0/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD, USA
- Country: USA
- Country: USA
- Record
- SN06928204-F 20240107/240105230043 (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 |