Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 21, 2015 FBO #4926
SOLICITATION NOTICE

99 -- Airborne Optical Change Detection (AOCD) Gimbal Sensor System Procurement

Notice Date
5/19/2015
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
ACC-APG - Washington, ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
 
ZIP Code
22060-5863
 
Solicitation Number
W909MY15RA007
 
Response Due
6/19/2015
 
Archive Date
7/19/2015
 
Point of Contact
Shahaadah, 703-704-0833
 
E-Mail Address
ACC-APG - Washington
(shahaadah.c.nalls.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Army Contracting Command Command-Aberdeen Proving Grounds (Belvoir Division), in support of the CERDEC Night Vision and Electronic Sensors Directorate (NVESD) intends to award a Cost Plus Fixed Fee sole source contract to L-3 Communications Sonoma EO, 428 Aviation Blvd., Santa Rosa, CA, 95403, for the purchase of two (2) Airborne Optical Change Detection (AOCD) 2111X gimbal sensor systems with ancillary services to perform acceptance testing and operational testing to the delivered hardware. The small business size standard is 500 employees for the North American Industry Classification System (NAICS) Code 334511. The 2111X Gimbal Sensor System is a high altitude Electro Optical / Infrared optical imaging system which combines long focal length visibility, image stabilization, and geo-location and geo-pointing technologies capabilities. The Gimbal Sensor System to be procured shall be fully backwards compatible (both in software and hardware) with the existing Night Eagle Airborne Optical Change Detection (AOCD) system and shall be capable of immediate operation. The contract will be issued with an 18 month period of performance. The proposed contract is for products and services for which the Government intends to solicit and negotiate on a sole source basis contract with L-3 Communications Sonoma EO, 428 Aviation Blvd., Santa Rosa, CA, 95403, under the authority of 10U.S.C. 2304 (c) (1) as implemented by FAR 6.302-1(a) (2) (iii) (A) and (B) Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements per J&A Control Number 15-BELV-0009. L-3 has been producing the AOCD compatible Gimbal for over 7 years. The anticipated proposal due date is estimated at 30 days after release of the solicitation. This notice of intent is published in accordance with FAR 5.201 and is not a request for competitive proposals. Interested parties, however, may identify their interest and capability by responding to this requirement. The Government will consider all capability information received prior to the closing date of this synopsis. 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 the proposed contract, based upon responses to this notice, is solely within the discretion of the Government. However, all responsible sources may identify their interest and capability to respond to the requirement or submit proposals. All proposals received within 30 days will be considered by the Government. Responses shall be no longer than ten (10) pages and shall be in a Microsoft Word compatible format. Responses shall be submitted via email to Shahaadah.c.nalls.civ@mail.mil within 30 calendar days of the date of this notice. All requests for information must be made in writing or e-mail to Shahaadah Nalls, Contract Specialist, at Shahaadah.c.nalls.civ@mail.mil or Rosetta Wisdom-Russell, Contracting Officer, at rosetta.wisdom-russell.civ@mail.mil. No telephonic inquiries or requests will be honored. No phone inquiries will be entertained. Responses shall be made in writing by e-mail, U.S. mail or facsimile to the attention of Ms. Nalls using the contact information provided in this synopsis. Companies interested in subcontracting opportunities should contact L-3 Somona directly. No hard copy of this RFP will be issued. The point of contact for this action is Ms. Rosetta Wisdom-Russell, at rosetta.wisdom-russell.civ@mail.mil and Shahaadah Nalls, at shahaadah.c.nalls.civ@mail.mil. All offerors must be registered with the System for Award Management in accordance with FAR 52.204-7 and DFAR 252.204-7004. In addition, all offerors must complete the Certifications and Representations as set forth in FAR 52.212-3. This can be accomplished through the following website: https://sam.gov. 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 determining whether to conduct a competitive procurement. Numbered note 22 (sole source) apply
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cf045bbf8f9237c22cc4d1ca0e2256e1)
 
Place of Performance
Address: ACC-APG - Washington ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA
Zip Code: 22060-5863
 
Record
SN03736641-W 20150521/150519235941-cf045bbf8f9237c22cc4d1ca0e2256e1 (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 |
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.