Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2009 FBO #2806
SOLICITATION NOTICE

J -- AIRBORNE POSITIION LOCATION SYSTEM SUSTAINMENT SERVICES

Notice Date
7/31/2009
 
Notice Type
Presolicitation
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of the Army, U.S. Army Test & Evaluation Command, U.S. Army ATEC Contracting Activity, US Army ATEC Contracting Activity, ATTN: CSTE-CA, P.O. Box Y, Fort Hood, TX 76544-0770
 
ZIP Code
76544-0770
 
Solicitation Number
W9115U-09-R-1010
 
Response Due
9/14/2009
 
Archive Date
11/13/2009
 
Point of Contact
Angelic Hatcher, 254 288-9280<br />
 
E-Mail Address
US Army ATEC Contracting Activity
(angelic.hatcher@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. THIS OPPORTUNITY IS AVAILABLE ONLY TO CONTRACTORS UNDER W9115U-09-R-1010. The U.S. Army Test and Evaluation Command intends to award a sole source Indefinite Delivery/Indefinite Quantity Task Order contract under the authority of FAR 6.302-1 (a)(2)(ii) to SRI International, Menlo Park, CA who will provide technical support for the APLS. The support includes depot level repair and refurbishment of 100 personnel units, 23 pallet units, 15 pallet units configured with ARINC 429, 3 GPS re-radiators, 2 rapid data download/charger rack and analysis workstations, software maintenance, periodic maintenance, training and upgrades, support and troubleshooting during field operations, and other defined support that may be needed due to mission and software upgrades. The estimated minimum dollar amount is $99,000.00 and the maximum amount ceiling is $498,500.00. The period of performance is a base year with four options. The contract type is Firm Fixed Price Level of Effort. The Government has previously purchased the requested services under purchase order W9115U-08-P-0046. The Airborne Position Location System (APLS) was produced for the U.S. Army Operational Test Command, Airborne and Special Operations Test Directorate (ABNSOTD) under contract DATM01-01-C-0006 by SRI, Menlo Park, CA. SRI is also currently upgrading and producing APLS Paratrooper units through contract W9115U-08-C-0008. Because of the technical complexity, uniqueness, and the need to rapidly modify the APLS system to meet unique and ever changing test requirements, ABNSOTD recognized the need for a sustainment contract. SRI was awarded the original sustainment contract on 7 September 2004. SRI is the only known source that has the expertise, technical resource, and the capability to operate the APLS sustainment program at the present time. ABNSOTD conducted market research in an attempt to find viable and capable business concerns capable of handling the sustainment program due to their expertise in either Inertial Measurement Systems or Global Positioning Systems. Upon investigation of their capabilities, the identified companies were deemed unsuitable for the tasks required. In addition, the ATEC Mission Support Contracting Activity conducted a Sources Sought on 02/18/2009 and received no expression of interest. The NAICS code is 811213 with size standard of $6.5M. The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. 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, the Government will only consider the proposals received within forty-five days after date of publication of this synopsis. A determination by the Government not to compete this proposed contract is solely within the discretion of the Government. Information received will be used only for determining whether to conduct a competitive procurement. All responsible sources may identify interest and capability by responding to this requirement or submit a proposal. All respondents must be registered in the Central Contractor Registration (CCR), and have a valid DUNS number, Cage Code, and Tax Identification Number. All responses must be written and sent via electronic mail to amsca.atec@us.army.mil. Government will not accept telephone inquiries or responses. Numbered Notes 22 and 26 at http://cbdnet.gpo.gov/num-note.html apply. The point of the contact for this announcement is Angelic Hatcher, Contract Specialist or Patricia M. Cuff, Contracting Officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/TECOM/DATM01/W9115U-09-R-1010/listing.html)
 
Place of Performance
Address: US Army ATEC Contracting Activity ATTN: CSTE-CA, P.O. Box Y Fort Hood TX<br />
Zip Code: 76544-0770<br />
 
Record
SN01894646-W 20090802/090731235317-c88b0b881a14bc79196a5bbc274c04ca (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.