Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 30, 2005 FBO #1465
SOLICITATION NOTICE

58 -- AN/PSS-14 Mine Detecting Set Full Rate Production

Notice Date
11/28/2005
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
US Army C-E LCMC, Acquisition Center - Washington, ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
 
ZIP Code
22331-0700
 
Solicitation Number
W909MY-06-R-0004
 
Response Due
12/30/2005
 
Archive Date
2/28/2006
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Communications - Electronics Command Life Cycle Management Command Acquisition Center-Washington, on behalf of the Project Manager for Close Combat Systems, Countermine Division and in conjunction with US Army Communications-Electronics Research, Development and Engineering Center (CERDEC), Night Vision and Electronic Sensors Directorate (NV&ESD), Countermine Division, intends to negotiate a Firm-Fixed-Price/Time and Materials Indefinite Delivery Indefinite Quantity Full Rate Production (FRP) contract with CyTerra Corporation of Orlando, Florida under the auspices of Other than Full and Open Competition for AN/PSS-14 Mine Detecting Sets, Training Sets, maintenance support and New Equipment Training (NET). The proposed action will provide for the procurement of approximately 10,000 AN/PSS-14 Mine Detecting Sets (NSN: 6665-01-504-7769) and approximately 290 AN/PSS-14 Mine Detecting training sets, maintenance support for fielded systems and NET over a period of ten years (five-year base orde ring period with an option to extend the ordering period for an additional five years). The AN/PSS-14 Mine Detecting Set is a dual sensor mine detector that provides Army Combat Engineers with a much-improved capability to detect metallic and low-metallic mines over the capabilities of the previously fielded AN/PSS-12 Mine Detecting Set. The AN/PSS-14 Mine Detecting Set uses Ground Penetrating Radar coupled with an improved metal detector, an integrated algorithm suite, and enhanced audio features. An AN /PSS-14 Training Set contains one (1) Sweep Monitoring System (SMS) and one Training Target Set. The SMS, is a camera-based training tool that assists students in acquiring skills to swing the detector properly. The SMS tracks the movement of the AN/PSS-1 4's sensor head using an advanced video tracker and provides feedback to the operator regarding proper speed, height and ground coverage. Major SMS components include: rugged, weatherproof computer; AC Power cable assembly; European wall outlet adapter; m ain interface cable assembly; Operator's Manual; Quick Reference Card; Tripod Base Assembly; Tripod Upper Mast; Tripod Foot Pad Assembly; Ground Stakes (3); camera assemblies; speaker; calibration tape; and colored foam target balls. The training target s et (TTS) consists of simulated mine targets. The TTS contains the following training targets: fourteen (14) anti-tank metallic targets TT-M-AT, fourteen (14) anti-personnel metallic targets TT-M-AP, twelve (12) anti-tank low-metallic targets 30 centimeter s in diameter TT-30-AT with specified metallic insert, fourteen (14) anti-tank low-metallic targets 25 centimeters in diameter TT-25-AT with specified metallic insert, twelve (12) anti-tank low-metallic targets 20 centimeters in diameter TT-20-AT with spec ified metallic insert, twelve (12) anti-personnel low-metallic targets 12 centimeters in diameter TT-12-AP with specified metallic insert, fourteen (14) anti-personnel low-metallic targets 9 centimeters in diameter TT-9-AP with specified metallic insert, a nd twelve (12) anti-personnel low-metallic targets 6 centimeters in diameter TT-6-AP with specified metallic insert. All inserts shall be sealed and secured within the body of the training target to prevent removal or loss. Deliveries of AN/PSS-14 Mine D etecting Sets and Training Sets is required to begin within 90 and 180 days, respectively after award of a Delivery Order (DO). NET is required to commence within 30 days after award of a DO and maintenance support is required within 3 days after the recei pt of a unit for repair. The resultant contract will be Firm-Fixed-Price/Time and Materials Indefinite Delivery Indefinite Quantity. It has been determined that CyTerra is the 'Only One Responsible Source and no other Supplies or Services will satisfy Ag ency Requirements'. The statutory authority for other than full and open competition is 10 USC 2304 (c)(1); Only One Responsible Source and no Other Supplies o r Services will Satisfy Agency Requirements. However, all responsible sources that can provide supporting data to demonstrate they can successfully provide the required AN/PSS-14 and AN/PSS-14 training sets shall be considered by the agency. Responses sh all be no longer than ten (10) pages and provided in Microsoft Word compatible format. Responses shall be submitted via email to jane.borden@cacw.army.mil within 30 calendar days of the date of this notice. The email subject line should include the phras e 'W909MY-06-R-0004, AN/PSS-14 Response to Presolicitation Notice'. All requests for further information must be in writing and via email to the above address, telephone requests for additional information will not be honored. Acknowledgement of receipt w ill be issued. A determination by the Government not to compete this proposed contract 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 determ ining whether to conduct a competitive procurement.
 
Place of Performance
Address: US Army C-E LCMC, Acquisition Center - Washington ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue Alexandria VA
Zip Code: 22331-0700
Country: US
 
Record
SN00938379-W 20051130/051128211946 (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.