Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 19, 2017 FBO #5656
SPECIAL NOTICE

J -- NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT TO GLOWLINK COMMUNICATIONS TECHNOLOGIES, INC

Notice Date
5/17/2017
 
Notice Type
Special Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W91260) SMDC-CS, 350 Vandenberg St., Building 3, Peterson AFB, Colorado, 80914, United States
 
ZIP Code
80914
 
Solicitation Number
W91260-17-R-0004
 
Point of Contact
Cynthia D. Waller, Phone: 719-554-3795
 
E-Mail Address
cynthia.d.waller6.civ@mail.mil
(cynthia.d.waller6.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT under the authority of FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. U.S. Army Contracting Command-Redstone, ACC-RSA-CCAM-CAC-C intends to solicit and negotiate directly with Glowlink Communications Technology, Inc, 333 Distel Cir, Los Altos, CA 94022-1478, Cage Code 1SWP1, for support services for the Model 8000 Geolocation System. The NAICS code is 511210, Software Publishers. The Government projects award for August 2017. Glowlink Communications Technology, Inc., provides the Model 8000 Geolocation System and is the only known source for subject support services. The Glowlink Model 8000 provides support to the U.S. Space and Missile Defense Command/Army Forces Strategic Command (SMDC/ARSTRAT) for commercial monitoring of leased DoD satellite communications signals. This monitoring assists in detecting the presence of unwanted signals and their potential origin. The contractor shall perform demand and emergency hardware and software maintenance as well as software upgrades for the Glowlink Model 8000 Geolocation equipment at four locations: Fort Detrick, MD; Landstuhl, GE; Fort Buckner, Japan; and one at the contractor facility used for a spare float. The contract will provide for yearly hardware and software maintenance agreements for four Model 8000s. Site support services consists of emergency on-site coverage and technical assistance, depot and supply services, training services, logistic services, communications analysis, hardware maintenance services, software, firmware, and database support services, and computer administration. The four Glowlink Model 8000 Geolocation systems came with a commercial end-user license agreement (EULA) that limits use and maintenance of the Model 8000 system by either Government employees or Glowlink operators. The existence of limited rights in data makes the services available from only one source. The Glowlink Model 8000 Geolocation System EULA prohibits third-party contractors from using the Glowlink Model 8000 hardware, software and documentation. This requirement is for a base year plus four one-year options. The anticipated Period of Performance is 30 September 2017 through 29 September 2022. No formal solicitation package will be issued. All comments must be received by 11:00a, Mountain Time, 19 June 2017, submitted via e-mail. The Government will not be responsible for any costs incurred in the preparation of responses to this announcement. This is the only notice that will be issued for these services. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. For questions concerning this Notice of Intent, please contact Cynthia Waller via email only at cynthia.d.waller6.civ@mail.mil. Contracting Office Address: ACC-RSA-CCAM-CAC-C 350 Vandenberg St, Bldg 3 Peterson AFB, CO 80914-4912 United States Primary Point of Contact: Cynthia Waller, Contract Specialist cynthia.d.waller6.civ@mail.mil Phone: (719) 554-3795
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7a29988948b3cce9e974c8043b67d060)
 
Place of Performance
Address: Fort Detrick, MD; Landstuhl, GE; Fort Buckner, Japan; and one at the contractor facility used for a spare float, United States
 
Record
SN04511970-W 20170519/170517235040-7a29988948b3cce9e974c8043b67d060 (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.