Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2011 FBO #3395
SPECIAL NOTICE

70 -- NOTICE OF INTENT TO AWARD SOLE SOURCE CONTRACT TO GLOBAL SYSTEMS TECHNOLOGIES

Notice Date
3/10/2011
 
Notice Type
Special Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
RDECOM Contracting Center, Aberdeen Installation Contracting (RDECOM-CC), Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-11-T-0060
 
Archive Date
6/8/2011
 
Point of Contact
Saint T. Numa, 410-278-8572
 
E-Mail Address
RDECOM Contracting Center, Aberdeen Installation Contracting (RDECOM-CC)
(saint.numa@conus.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT using Federal Acquisition Regulation (FAR) Part 6.302-1, for Other than Full and Open Competition and FAR Part 13.5, Test Program for Certain Commercial Items. The Army Contracting Command-Aberdeen Proving Ground (SCRT), Aberdeen Installation Contracting Division, 4118 Susquehanna Avenue, Aberdeen, MD 21005 has a requirement to procure the following items: Renewal of maintenance and support subscription for the Explosive Test Database in support of Global War on Terrorism for base year plus two option years. 1 Lot Under the authority of FAR 6.302-1, only one responsible source and no other will satisfy the agency requirements, the Government intends to award a Firm-Fixed Price sole source contract to Global Systems Technologies, Inc; 109 Floral Vale Blvd; Yardly, PA 19067. USA Aberdeen Test Center has a requirement for renewal of maintenance support to enhance, update, maintain, and populate the Explosive Test Database using additional test reports and data. Global Systems Technologies is the sole developer as well as sole manufacturer /distributor of the Product. The associated North America Industry Classification System (NAICS) Code is 511210 and the Business Size Standard is $25 Million. Efforts to solicit other contractors are being made via this announcement in accordance with FAR 5.2. There are no solicitation documents, however, contractors interested in this requirement should submit a complete technical package, which provides clear and convincing evidence that they can meet the Government's requirement. In addition, the response should include Offeror's Online Representations and Certifications Application (ORCA)--Commercial Items in accordance to FAR 52.212-3. If the offeror does not have a copy of this provision, go to http://www.bpn.gov/ to load required information. Any responses received without completing ORCA registration will be considered noncompliant. Further, the response should include any special requirements for a commercial contract (i.e., Commercial Financing, Warranty Provisions, Delivery Information, etc.) in accordance with FAR Part 12. Responses must be received no later than 2:00 p.m., Eastern Daylight Time, March 25, 2011. Responses should be submitted via e-mail to saint.numa@us.army.mil. This notice of intent is not a request for competitive proposals. However, the Government will consider all responses received by the response date stated above. A determination by the Government not to compete this acquisition 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. Telephone requests will not be honored. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government in future procurements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2878262889d3d14e7be225788853379a)
 
Record
SN02397683-W 20110312/110310234315-2878262889d3d14e7be225788853379a (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.