SOLICITATION NOTICE
49 -- Scheduled, Preventive and Corrective Maintenance - PWS
- Notice Date
- 9/23/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of Homeland Security, Customs and Border Protection, Procurement Directorate - DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, District of Columbia, 20229, United States
- ZIP Code
- 20229
- Solicitation Number
- 20060799
- Point of Contact
- Monica Y. Watts, Phone: 202-344-2938
- E-Mail Address
-
monica.watts@dhs.gov
(monica.watts@dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Please see attachment for PWS. Thank you. CBP intends to award a sole source contract to Science Application International Corporation (SAIC) to provide technically-complex and high-value inspection, detection and surveillance equipment systems, currently being used by CBP/ETP to assist in securing the land border crossings, airports, seaports, rail crossings, mail handling, and express cargo consignment facilities within the United States and participating countries. The SAIC equipment used under the CBP/ETP is comprised of fielded, post-warranty Radiation Isotope Identification Devices (RIIDs), specific Non-Intrusive Inspection (NII) Gamma Imaging/X-ray equipment, and Radiation Portal Monitors (RPMs). The services performed by SAIC include scheduled, preventive and corrective maintenance on specific identified equipment, as well as other on-demand services that may be needed throughout the term of this contract, such as relocations, engineering, installation, disposal and other activities that are peculiar to the equipment, or may be required on short notice. The configuration management of this equipment is currently managed and controlled by this vendor. The source code and programming for Vehicle Cargo Inspection System (VACIS) integration is owned by SAIC and the VACIS devices are regulated by the Nuclear Regulatory Commission. SAIC's proprietary software provides the true capability of these systems. SAIC develops, and is the only company that has access to, the source code and programming information for the Radio Isotope Identification Devices (RIIDs), Radiation Portal Monitors (RPM) and VACIS integration. SAIC is the sole manufacturer of the VACIS Viewer Image analysis product line. Neither SAIC's proprietary manuals, nor their maintenance training on equipment are commercially available to other vendors. SAIC has access to unique engineering design data and drawings, proprietary fabrication and repair processes, as well as special tools and test equipment that make them the only vendor capable of maintaining and repairing this critical, expensive equipment in a manner that meets CBP availability targets. The existence of limited rights in data, patent rights, copyrights, and secret processes, make the supplies or services available from only one source. No other vendor has access to the proprietary OEM capabilities of SAIC, including data rights, maintenance training, technical manuals, drawings, schematics, special tools, and spare parts. The services to be performed by SAIC - outlined in detail in the attached Performance Work Statement - include scheduled, preventive and corrective maintenance on specific identified equipment, upgrades and system life extension services, as well as other on-demand services that may be needed throughout the term of this contract, such as relocations, engineering, installation, disposal and other activities that are peculiar to the equipment, or may be required on short notice. The manufacturer is the only one that provides the required levels of service to the existing equipment and no other supplies or services will satisfy agency requirements. This proposed contract action is for services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. Interested persons may identify their interest and capability to respond to the requirement or submit proposals to be used for consideration of future requirements. This notice of intent is not a request for competitive proposals and an RFP will not be issued. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. 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. Telephone inquiries will not be accepted; only email responses will be accepted. Primary Point of Contact: Monica Watts, Contracting Officer monica.watts@dhs.gov Contracting Office Address: 1300 Pennsylvania Avenue, N.W., Room 1310 NP Washington, District of Columbia 20229 United States
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/20060799/listing.html)
- Place of Performance
- Address: US and Field Locations, United States
- Record
- SN02589807-W 20110925/110923235025-cbb1b0645df6abafc38dfdd08ee8aeef (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |