Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2010 FBO #3203
SOLICITATION NOTICE

99 -- Product Management Office for Integrated Tactical Systems (PMO ITS) Spares Procurement of FLIR Sensors and related hardware

Notice Date
8/30/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
US Army Space and Missile Defense Command, Deputy Commander, ATTN SMDC-CM-AP, P.O. Box 1500, Huntsville, AL 35807-3801
 
ZIP Code
35807-3801
 
Solicitation Number
W9113M-10-R-SENSORS-IDIQ
 
Response Due
9/15/2010
 
Archive Date
11/14/2010
 
Point of Contact
Neisha M. Mendiola, 2569555904
 
E-Mail Address
US Army Space and Missile Defense Command, Deputy Commander
(neisha.m.mendiola@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; competitive proposals are not being requested and a written solicitation will not be issued. Responsible sources could elect to submit a capability statement, or quotation, which will be considered by the agency. The U.S. Army Space and Missile Defense Command/Army Forces Strategic Command intends to award, on a sole source basis, a five-year indefinite delivery, indefinite quantity (IDIQ) contract to FLIR Systems, Inc. in Wilsonville, Oregon, cage code 64869 (FLIR). This action is pursuant to 10 U.S.C 2304(c) (1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirement. The contemplated contract is to satisfy sparing requirements of fielded Product Management Office for Integrated Tactical Systems (PMO ITS) surveillance and target acquisition systems. An IDIQ contracting vehicle provides the flexibility to negotiate firm-fixed prices for the spare sensors, and related hardware, and order these parts in increments commensurate with sparing needs. Anticipated award date is September 2010. The base contract will have a set maximum ceiling of $58,542,703.00. No options will be included in the resulting contract award. The supplies are deemed available only from FLIR. FLIR is the Original Equipment Manufacturer (OEM) of the StarSAFIRE III, StarSAFIRE HD, THV-3000, and Ranger III XR+ sensors. These sensors are part of existing PMO ITS systems and replacement sensors must be identical to and interchangeable with the original items. FLIR owns the intellectual property for all these sensors and the schematics, plans, drawings, special tools, fixtures and calibration instrumentation and methods. Current acquisition strategy is to maintain a pure fleet of Legacy RAID, BETSS-C RAID, and Cerberus systems with StarSAFIRE III, StarSAFIRE HD, THV-3000, and Ranger III XR+ sensors. Award to any source other than FLIR is not a viable course of action. Under the authority of FAR 6.302-1, this action is directed towards FLIR Systems, Inc. The solicitation is issued as a Request for Quotation from FLIR only. A list with description of items, part number, and delivery and acceptance point will be e-mail to FLIRs representative in a separate document. Provisions and clauses are those in effect through Federal Acquisition Circular 2005-43, effective August 2, 2010. Provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Because this is an authorized sole source procurement the evaluation procedures outline in FAR 52.212-2 are not applicable. Offeror shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. FAR clauses at 52.212-4, Contract Terms and Conditions-Commercial Items, and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, apply to this acquisition. Additional terms and conditions consistent with customary commercial practices applicable to this acquisition will be discussed with the offeror during negotiations. A Defense Priorities and Allocations System rating has not been assigned to this acquisition. All responses and/or inquiries should be directed to Neisha M. Mendiola at neisha.mendiola@smdc.army.mil and must be received within fifteen (15) days from publication of this combined synopsis/solicitation. No telephone inquires will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/SMDC/DASG60/W9113M-10-R-SENSORS-IDIQ/listing.html)
 
Place of Performance
Address: US Army Space and Missile Defense Command/Army Forces Strategic Command ATTN SMDC-RDC-BB/Mendiola, P.O. Box 1500 Huntsville AL
Zip Code: 35807-3801
 
Record
SN02260843-W 20100901/100830235636-f2cc89b2031f692ca038b2ccb1fbf2a4 (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.