SOLICITATION NOTICE
16 -- Life Cycle Support for Light Weight Electro-Optical Sensor System
- Notice Date
- 3/30/2015
- Notice Type
- Presolicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Technical Applications Contracting Office (TAKO), ATTN: AMSAM-TASO-K, Lee Boulevard, Building 401, Fort Eustis, Virginia, 23604-5577
- ZIP Code
- 23604-5577
- Solicitation Number
- H92241-15-R-0009
- Archive Date
- 4/29/2015
- Point of Contact
- Patricia F. Ward, Phone: 7578784796, Anthony E Watson, Phone: 757-878-4675
- E-Mail Address
-
patricia.f.ward2.civ@mail.mil, anthony.e.watson.civ@mail.mil
(patricia.f.ward2.civ@mail.mil, anthony.e.watson.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The United States Special Operations Command (USSOCOM), Technology Applications Contracting Office (TAKO) has a requirement to provide Life Cycle Contract Support (LCCS); spares and repairs for sustainment of the United States Army, (Q-3) part number: AN/ZSQ-3 Light Weight Electro-Optical Sensor System, including version 1 (V1) and version 2 (V2) with Laser Pointer. This systems includes five (5) Line Replaceable Units (LRUs), Turret Sensor Unit (TSU), System Electronics Unit (SEU), Multi-Functional Control Unit (MFCU), two (2) Display Units (DUs) and Power Control Unit (PCU). This support includes Depot Level (D-Level) maintenance, sustaining engineering, software upgrades, spares and repairs. The proposed action is for a service for which the Government does not own specifications and drawings to permit full and open competition. The Government expects to award this requirement on a sole source basis in accordance with the authority cited in FAR 6.302-1(a)(2): Only One Responsible Source and no other Supplies or Services will Satisfy Agency Requirements, to FLIR Systems Inc.; 25 Esquire Road North Billerica, MA 01862-2501. The contract will be awarded under FAR Part 15 and is expected to begin 1 January 2016 with a base year and four (4) ordering periods through 31 December 2020. The contractor shall provide all equipment, supplies, parts, material, manpower, and services required to sustain EOSS Systems for USSOCOM. The contractor is required to maintain EOSS systems at a combined monthly operational availability rate of 100%. Operational availability is defined as the total number of systems ready for issue divided by the total number of systems required to be installed. This announcement constitutes a synopsis only. A determination by the Government not to compete this acquisition is solely within the discretion of the Government. However, firms that feel they can provide this service are encouraged to identify themselves.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortEustisVA/H92241-15-R-0009/listing.html)
- Place of Performance
- Address: Fort Campbell, Kentucky, United States
- Record
- SN03683262-W 20150401/150330235127-820f88c502fdd4b689f2cd6251c640e6 (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 |