SPECIAL NOTICE
61 -- Intent to Sole Source three (3) inertial navigation systems made by Brendel Associates LTD.
- Notice Date
- 4/24/2024 7:40:30 AM
- Notice Type
- Special Notice
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- AMC
- ZIP Code
- 00000
- Solicitation Number
- W91ZLK24Q0016
- Response Due
- 5/7/2024 10:00:00 AM
- Archive Date
- 05/22/2024
- Point of Contact
- Patrick J. Drabinski, Tien Q. Nguyen
- E-Mail Address
-
patrick.j.drabinski.civ@army.mil, tien.q.nguyen.civ@army.mil
(patrick.j.drabinski.civ@army.mil, tien.q.nguyen.civ@army.mil)
- Small Business Set-Aside
- 8AN 8(a) Sole Source (FAR 19.8)
- Description
- This is a notice of intent to award a sole source contract pursuant to Federal Acquisition Regulation FAR Part 13 Simplified Acquisition Procedures for Commercial Items. The ACC-APG Tenant Contracting Division, Aberdeen Proving Ground, MD intends to award a Firm-Fixed Price sole source supply contract to Brendel Associates LTD. Cage Code: 3RKA8. Please see the attachment labeled, �JA_Inertial Navigation_Redacted� for further detail as to why this action is being negotiated solely with Brendel Associates LTD. The objective of this contract is the acquisition and delivery three (3) inertial navigation systems made by Brendel Associates LTD to measure the performance of vehicle systems in highly dynamic environments. Aberdeen Test Center (ATC) needs three (3) inertial navigation systems made by Brendel Associates LTD to measure the performance of vehicle systems in highly dynamic environments. Brendel Associates LTD brand is the only brand that can fulfill this requirement. The use of the same brand of what is already in place is essential for the Government because this is a continuation of a program already in development. This requirement is unique that only Brendel Associates LTD can satisfy the Government needs. Brendel Associates LTD is a manufacturer, and it is not sold by any other vendor, 3rd party, or re-seller. The company is proprietary in nature. As such, this requirement will be awarded on a sole-source basis IAW FAR 13.106-1(b)(1)(i) Soliciting from a single source (exclusive licensing agreements). The North American Industry Classification System (NAICS) for this requirement is 334511 Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. Posting date of this requirement is 24 April 2024. 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. Interested persons may identify their interest and capability to respond to the requirement no later than 1:00 PM Eastern Daylight Time, 07 May 2024. Any response to this notice must show clear and convincing evidence that competition will be advantageous to the Government. This is not a Request for Quote. This is a written notice to inform the public of the Government's intent to award on a sole source basis the required services. Any questions regarding this notice must be submitted to: Patrick J. Drabinski, patrick.j.drabinski.civ@army.mil NLT 1:00 PM Eastern Daylight Time, 06 May 2024. Telephonic inquiries will not be considered.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/75fa26a3206846b78e250ff580a97fbf/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD 21005, USA
- Zip Code: 21005
- Country: USA
- Zip Code: 21005
- Record
- SN07040892-F 20240426/240424230045 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |