Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2011 FBO #3581
SPECIAL NOTICE

66 -- INERTIAL NAVIGATION SYSTEM

Notice Date
9/12/2011
 
Notice Type
Special Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
ACC-APG SCRT - Aberdeen Installation, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK11T0418
 
Archive Date
12/11/2011
 
Point of Contact
Amy, 4102780933
 
E-Mail Address
ACC-APG SCRT - Aberdeen Installation
(amy.bozzard@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a NOTICE OF INTENT TO AWARD SOLE SOURCE Purchase Order using Federal Acquisition Regulation FAR Part 13.5, Test Program for Certain Commercial Items. This will and acquisition under the authority of the test program for commercial items section 4204 of the Clinger-Cohen Act of 1996. The Army Contracting Command, Aberdeen Installation Contracting Division, 4118 Susquehanna Avenue, Aberdeen, MD 21005 has a requirement to procure an Inertial Navigation System from Honeywell, in support of Aberdeen Test Center, located at Aberdeen Proving Ground, Maryland 21005. CLIN 0001 The Government intends to award a firm-fixed price sole source purchase order to Honeywell International Inc., 13350 US Highway 19N, Clearwater, Florida, 33764. This proprietary navigation system, TALIN Part Number HG9740DV2, is used to test the performance of military vehicles and is only available through Honeywell. 1: TALIN 5000 Hi-G Inertial Navigation Unit; Part Number HG9740DV2; QTY 1 Honeywell is the manufacturer of the TALIN system and this item will replace another similar but not obsolete Honeywell system currently in the ATC inventory. The Honeywell system will allow for researchers to acquire precision navigation data, such as position location, heading, pitch, and roll during the evaluation of the vehicles. Awarding to any other source would likely result in inaccurate test results and delays in fulfilling the requirement. The North American Industry Classification System (NAICS) for this requirement is 334511 and the size standard is 750 employees. All responses received within 10 days after date of publication of this notice will be considered by the Government. A determination by the Government not to compete this proposed purchase order based upon responses to this notice is solely within the discretion of the Government. Interested persons may identify their interest, in writing, to the Government point of contact. Responses to this notice must be received no later than 1:00 PM, Eastern Daylight Time, 22 September 2011. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government in future procurements. For questions concerning this Notice of Intent, contact, Amy Bozzard, amy.m.bozzard.civ@mail.mil. Posting date of this requirement is September 12, 2011. 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. NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bdca3a8181cbe097e4caa79d9ec01a71)
 
Record
SN02573140-W 20110914/110913000648-bdca3a8181cbe097e4caa79d9ec01a71 (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.