SOLICITATION NOTICE
17 -- Gray Eagle LSTAR (V)3 Radar Systems for the Ground Based Sense And Avoid (GBSSAA)
- Notice Date
- 10/23/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC-RSA - (Aviation), SPARKMAN CIR BLDG 5303, Redstone Arsenal, Alabama, 35898-0000, United States
- ZIP Code
- 35898-0000
- Solicitation Number
- W58RGZ-12-R-0487
- Archive Date
- 12/25/2012
- Point of Contact
- Mesha DeRamus, Phone: 2563135470, Carolyn Gates, Phone: 2563134509
- E-Mail Address
-
mesha.deramus@us.army.mil, Carolyn.Gates@PeoAvn.Army.Mil
(mesha.deramus@us.army.mil, Carolyn.Gates@PeoAvn.Army.Mil)
- Small Business Set-Aside
- N/A
- Description
- ***ATTENTION*** FORMAL COMMUNICATION RELATED TO THIS ACQUISITION SHOULD BE DIRECTED TO: Mesha DeRamus. You may fax or email your request to ATTN: CCAM-AU-A (Bldg 5300), Mesha DeRamus, Contract Specialist, Fax 256-313-8066. NO TELEPHONE REQUESTS WILL BE ACCEPTED. The Army Contracting Command - Redstone hereby issues the following combined synopsis/solicitation Request for Proposal (RFP) W58RGZ-12-R-0487 under other than full and open competition, for unclassified commercial items prepared in accordance with the format in FAR Subparts 5.207 and 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This notice and the incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR). The associated NAICS code is 334511 and the small business size standard is 750 employees. The Army Contracting Command - Redstone has a requirement for a new firm fixed price (FFP) contract for procurement and installation of 10 each LSTAR(V)3 Radar Systems in support of Unmanned Aircraft Systems (UAS) operations at Gray Eagle fielding and training sites with a range option for an additional procurement and installation of up to 23 LSTAR(V)3 systems to be exercised multiple times in FYs 2013, 2014, and 2015. These systems will provide support for training operations prior to troop deployments in support of Operation Enduring Freedom (OEF) as a significant part of the Ground Based Sense And Avoid (GBSAA) System. Authority Cited is 10 U.S.C. 2304 (c)(1), as implemented by paragraphs 6.302-1(a)(2), of the Federal Acquisition Regulation (FAR) entitled - Only one responsible source and no other supplies or services will satisfy agency requirements. Justification and Approval applies to other than full and open competition basis whereas this FY 2013 requirement is sole source to SRC Tec, 5801 East Taft Road, Syracuse, NY 13212-3273, CAGE Code 4GHA7. The supplies to be furnished shall be packaged, packed, and marked in accordance with (IAW) best commercial practices to assure safe delivery at destination. The required delivery for this requirement is 6 months after contract award. Inspection and acceptance is Destination. FOB point is Destination. Material inspection and receiving reports (DD Form 250) are required for all major hardware end items. This requirement is subject to availability of funds. Firms that recognize and can produce the required items described above are encouraged to identify themselves. All responsible sources may submit an offer, which will be considered. The closing date annotated is an estimated date and may be adjusted dependent upon the date of release of the solicitation. However, the solicitation will not close prior to the closing date stated above. The following FAR/DFARS clauses apply to this acquisition: 52.212-1 Instructions to Offerors - Commercial Items; 52.212-3 Offerors Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; 252.212-7001 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisition of Commercial Items; and DFARS 252.211-7003, Item Identification and Valuation. Firms are encouraged to seek source approval in order to compete for this or future solicitations by submitting documentation in accordance with the Competition Advocate's Shopping List (CASL) procedures. These procedures are outlined at the following website: http//www.redstone.army.mil/cmo/. Interested source should indicate if they are registered in the Central Contractor Registration (CCR) and have completed the Annual Representations and Certifications electronically via the Online Representative and Certifications Application (ORCA) website at http://orca.bpn.gov. All responsible sources may submit an offer that may be considered by the agency. Communication must be on contractor's letterhead and must include name, telephone number, email, fax number, and cage code.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/70f2faa3b72ab6eae7c8ae815596f22e)
- Place of Performance
- Address: El Mirage, California, Ft. Hood, Texas, Ft. Riley, Kansas, Ft. Stewart, Georgia, Ft. Campbell, Kentucky, United States
- Record
- SN02917849-W 20121025/121023233909-70f2faa3b72ab6eae7c8ae815596f22e (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 |