Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2018 FBO #6083
SOLICITATION NOTICE

C -- FIELD SERVICE REPRESENTATIVES (FSR) TO SUPPORT THE US ARMY OWNED ANTI-UAV DEFENSE SYSTEMS (AUDS)

Notice Date
7/18/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W31P4Q) Missile, BLDG 5303 SPARKMAN CIR, Redstone Arsenal, Alabama, 35898-5090, United States
 
ZIP Code
35898-5090
 
Solicitation Number
W31P4Q-18-R-0102
 
Archive Date
8/8/2018
 
Point of Contact
Jonathan W. Dickens, Phone: 2568768972, Brian T. Ridley, Phone: 2568427137
 
E-Mail Address
jonathan.w.dickens.civ@mail.mil, brian.t.ridley.civ@mail.mil
(jonathan.w.dickens.civ@mail.mil, brian.t.ridley.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Army Contracting Command-Redstone Arsenal (ACC-RSA) has a requirement for a single source award for a new hybrid cost-plus-fixed-fee and firm-fixed-price contract. The requirement is to provide four individuals at different OCONUS locations to install, operate, train, maintain, and re-install as necessary, the deployed AUDS systems at multiple locations in theater for the up to 12 months. A working knowledge of the army's AUDS system is required. The FSR's shall be required to perform regular preventative maintenance on the systems and ensure the generators are properly maintained for continuous operation or scheduled operation as directed by local unit to maintain the system at or above 90% operational ability. Periodic software updates and maintenance of operating systems and tactical software shall be required to be performed by the FSR. Travel, visa's, insurance, business fees and taxes and associated OCONUS travel requirements shall be the responsibility of the contractor to schedule and fund. Life support, CAC, and LOA's shall be the responsibility of the government. The FSR's shall be required to provide data collection of the AUDS upon install of the systems deployed to the USG. The FSR's shall be required to provide event storyboards for each C-UAS event and provide data collection to the USG. The FSR shall provide daily status reports of all systems deployed to the USG. This effort is anticipated to be a one year contract with one option beginning on 30 September 2018. The proposed contract action is for supplies and/or services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302-1. Northrop Grumman Innovation Systems, Armament Systems Division, 4700 Nathan Lane North, Plymouth, MN 55442, Commercial and Government Entity (CAGE) Code 1PYT8. The Army does not have an AUDS Production Level Technical Data Package available. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals, capability statements, or quotations, received within forty-five days after date of publication of this synopsis will be considered by the government for all responsible sources. 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. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cda232fb017aa437c7b0da67eee92367)
 
Record
SN04997979-W 20180720/180718231419-cda232fb017aa437c7b0da67eee92367 (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  © 1994-2020, Loren Data Corp.