Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2005 FBO #1350
SOLICITATION NOTICE

J -- APLS SUSTAINMENT PROGRAM

Notice Date
8/5/2005
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
US Army ATEC Contracting Activity, ATTN: CSTE-CA, P.O. Box Y, Fort Hood, TX 76544-0770
 
ZIP Code
76544-0770
 
Solicitation Number
W9115U-04-P-0064
 
Response Due
8/19/2005
 
Archive Date
10/18/2005
 
Small Business Set-Aside
N/A
 
Description
This is a synopsis for a one-year extension of a Sole Source award to SRI International, 333 Ravenswood Avenue, Menlo Park, CA 94025-3493. SRI International is a Nonprofit Organization. The services are for Technical Support for an existing contrac t DATM01-C-0006. The contract was awarded for the development of the Airborne Positioning Location System (APLS) personnel parachute and pallet prototypes. History: The initial contract was accomplished utilizing full and open competition to SRI Interna tional as only one responsible source that could satisfy the Government's requirements. The contractor developed the Airborne Positioning Location System (APLS) personnel parachute and pallet units, which were accepted. by the Government in September 200 3. SRI International is currently the proprietary owner of the technical data package and was recently awarded a contract modification (DATM01-01-C-0006-P00023) to modify and refurbish two (2) each, Government-owned APLS prototypes as first articles, and produce eight (8) , low-rate initial production (LRIP) with associated software and equipment. SRI had successfully completed the APLS feasibility study and is the developer of the prototypes. The synopsis period ran from 7 May -24 June 04 with an award effective date of 5 Aug 04. Current: The proposed requirement is for a non-commercial, Firm Fixed Priced Purchase Order for one-year Technical support (APLS Sustainment Program) for the APLS personnel parachute and pallet units. The support will be on a n as needed basis for Depot Level repair maintenance program, software maintenance, upgrades, training, to include on-site technical support and trouble-shooting during field operations. The NAICS code is 334220 with size standard of 750 employees. Antic ipated period of performance is 31 Aug 05 - 1 Sep 06. All responsible sources may identify interest and capability by responding to this requirement or submitting a Quote by 4p.m. Central Standard Time 19 Aug 2005. Quotes received from this publication s hall be considered. However, the responses received will be used, at sole discretion of the Government, to determine as to whether to compete this requirement. All respondents must be registered in the Central Contractor Registration (CCR), and have a va lid DUNS number, Cage Code, and Tax Identification Number. All responses must be written and sent via electronic mail to aca.atec@us.army.mil. The Government will not accept telephone inquiries or responses. The point of contact for this announcement is Sandra F. Guillory, Contract Specialist or Patricia M. Cuff, Contracting Officer.
 
Place of Performance
Address: US Army ATEC Mission Support Contracting Activity ATTN: CSTE-CA, P.O. Box Y Fort Hood TX
Zip Code: 76544-0770
Country: US
 
Record
SN00863675-W 20050807/050805212631 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.