SPECIAL NOTICE
66 -- Notice of Intent-NBCRV SSU 2.2
- Notice Date
- 1/30/2024 5:46:51 AM
- Notice Type
- Special Notice
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- W6QK ACC-APG ABERDEEN PROVING GROU MD 21010-5424 USA
- ZIP Code
- 21010-5424
- Solicitation Number
- NOI_NBCRV_SSU_22
- Response Due
- 2/9/2024 10:00:00 AM
- Archive Date
- 02/24/2024
- Point of Contact
- Tyler N. Gates, Phone: 520 671 1119, Stephen L Rice, Phone: 240 409 5782
- E-Mail Address
-
tyler.n.gates2.civ@army.mil, Stephen.l.rice8.civ@army.mil
(tyler.n.gates2.civ@army.mil, Stephen.l.rice8.civ@army.mil)
- Description
- Notice of Intent to Award a Sole Source Contract. This is not a Request for Quote / Proposals. In accordance with FAR 5.203, the purpose of this notice is to advise industry that the Army Contracting Command � Aberdeen Proving Ground (ACC-APG) is contemplating solicitation and award of a sole source contract to Teledyne FLIR Detection, Inc. for the Nuclear Biological Chemical Reconnaissance Vehicle (NBCRV) Sensor Suite Upgrade (SSU) Capability Set 2.2 (NBCRV SSU CS2.2) requirement. The Joint Program Manager for Chemical, Biological, Radiological, and Nuclear Defense (JPEO-CBRND) has a requirement for the design, fabrication, and delivery of six (6) NBCRV SSU CS2.2 systems as well as delivery of the associated logistics and technical data and software information related to these deliverables. ACC-APG contemplates award of this action on a sole source basis under the authority of FAR 6.302-1 due to Teledyne FLIRs prior work, development, and testing done on the closely related NBCRV SSU CS2.1 effort, and the Government conducted market research indicating that no other source will be able to provide the required NBCRV SSU CS2.2 supplies and information without a substantial duplication of cost to the Government that is not expected to be recovered through competition and an unacceptable delay in fulfilling the agency�s requirements. Members of industry may provide a capability statement to the KO and KS listed (via email) if they believe that they are capable of executing these requirements without substantial duplication of cost or unacceptable delay. KO:� Tyler Gates � tyler.n.gates2.civ@army.mil KS:� Steve Rice � stephen.l.rice8.civ@army.mil A determination not to compete this requirement based on responses to this notice is solely within the discretion of the Government. DISCLAIMER:� This notice is not a request for proposals.� A solicitation will not be available for this requirement.� The intent of this notice is for informational purposes only.� Any information received that believes it can meet this requirement (without substantial duplication of cost or unacceptable delay) before 1pm ET on Friday February 9th, will be reviewed by the Government.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/31425b08fb9642eb8170021015f75e0f/view)
- Place of Performance
- Address: Gunpowder, MD 21010, USA
- Zip Code: 21010
- Country: USA
- Zip Code: 21010
- Record
- SN06949113-F 20240201/240130230040 (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 |