Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 06, 2025 SAM #8500
SOLICITATION NOTICE

53 -- PRE-SOLICITATION NOTICE/SYNOPSIS: W912CH25R0059

Notice Date
3/4/2025 10:56:25 AM
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
W6QK ACC- DTA WARREN MI 48397-5000 USA
 
ZIP Code
48397-5000
 
Solicitation Number
W912CH-25-R-0059
 
Response Due
3/4/2025 12:00:00 PM
 
Archive Date
03/19/2025
 
Point of Contact
Gregory M. Fleming, Phone: 571-588-8844, Maj. Safiul Alam, Phone: 5715889001
 
E-Mail Address
gregory.m.fleming5.civ@army.mil, safiul.m.alam.mil@army.mil
(gregory.m.fleming5.civ@army.mil, safiul.m.alam.mil@army.mil)
 
Description
PRE-SOLICITATION NOTICE/SYNOPSIS: W912CH25R0059 ARMY CONTRACTING COMMAND � DETROIT ARSENAL (ACC-DTA) intends to issue a Firm Fixed Price (FFP), five-year requirements contract consisting of a three-year base and two one-year options to Teledyne FLIR Unmanned Ground Systems (FLIR), referred to herein as FLIR, for the Enhanced Ground Systems � Unmanned Ground Systems (ERP-UGS) Extended Range Mesh Networking (ERMN) and Pan/Tilt Imager (PTI) Payloads. This contract will be a follow-on production contract to add capabilities, payloads, and updates to existing robot systems, specifically the Common Robotic System � Heavy (CRS-H) and the Man Transportable Robotic System Inc II (MTRS Inc II). This requirement is being solicited on a sole source basis to FLIR Unmanned Ground Systems, Inc. (FLIR) in accordance with (IAW) Federal Acquisition Regulation (FAR) 6.302-1, �Only one responsible source and no other supplies or services will satisfy agency requirements.� Specifically, FAR 6.302-1(a)(2)(ii) (A) provides that supplies may be deemed to be available only from the original source in the case of a follow-on contract for the continued development or production of a major system or highly specialized equipment, including major components thereof, when it is likely that award to any other source would result in substantial duplication of cost to the Government that is not expected to be recovered through competition. The Justification and Approval was approved by ACC-DTA�s Senior Contracting Official on 3September 2024. The RFP will result in a non-Commercial, five-year Firm-Fixed Price Requirements contract, with three base ordering years and two option years to FLIR IAW FAR Part 15 (Contracting by Negotiation). Although it is the Government�s intent to solicit and negotiate with only one source, FLIR, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. All contractors who provide goods/services to the Department of Defense (DoD) must be registered on the System for Award Management (SAM) website. You may register via the Internet at https://www.sam.gov/portal/public/SAM/. Further information may be obtained through the internet at: http://www.acq.osd.mil/faq.html. CAUTION: This solicitation will be issued electronically as will any amendments thereto. Because of this, the Government is under no obligation and is in fact unable to maintain a bidders� mailing list. It is therefore incumbent upon any interested parties to periodically access the above internet address in order to obtain any amendments which may be issued. Failure to obtain any said amendments and to respond to them prior to the date and time set for bid opening/receipt of proposals may render your bid or proposal nonresponsive and result in the rejection of same. This is a pre-solicitation notice, otherwise known as a synopsis. The solicitation pertaining to this notice will not be available for a minimum of 15 calendar days from the date of this notice. Contractors should not call the buyer or procuring contracting officer (PCO) seeking a copy of the solicitation (or other data) as none will be available until the solicitation is issued.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/47333c7c040a4b24881f7bb446af0513/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07360550-F 20250306/250304230047 (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.