Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2015 FBO #5028
SPECIAL NOTICE

J -- Notice of Intent to Sole Source - RTR 4 Mod 2 X-ray system repairs

Notice Date
8/28/2015
 
Notice Type
Special Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Material Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
 
ZIP Code
84056
 
Solicitation Number
F2DCAE5233BQ01
 
Archive Date
9/26/2015
 
Point of Contact
Douglas V. Ahlgren, Phone: 801-775-4443
 
E-Mail Address
douglas.ahlgren.2@us.af.mil
(douglas.ahlgren.2@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
28 August 2015 I. CONTRACTING ACTIVITY : United States Air Force AFLCMC/EBHKC 6033 Elm Lane, Bldg 1247 Hill AFB, UT 84056-5825 Contracting Officer: Capt Douglas Ahlgren Phone Number: 801-775-4443 PR Number: F2DCAE5233BQ01 II. Subject: Notice of Intent to award a sole source purchase order pursuant to FAR 13.501 III. Description: The Government contemplates award of a sole source purchase order to Leidos, Inc (CAGE: 6AUF6). The purchase order shall cover one-time, return to factory, non-maintenance repair of fifty eight (58) RTR-4 Mod 2 X-ray imaging systems. The determination to award sole source was made in accordance with 10 USC 2301(c)(1) as implemented in FAR 6.302-1; Only one responsible source and no other supplies or services will satisfy the agency's requirements. •A. Contract Type & Structure: The Government contemplates a Firm Fixed Price (FFP), commercial services, purchase order. The estimated award date is 30 September 2015 with performance to begin immediately upon award. •B. Under the contemplated commercial service, Leidos Inc. will provide evaluation, repair, upgrade, and component replacement as necessary for the MK41 Mod 2 X-ray Imaging Systems. (NSN: 6635-01-550-7636) •C. Estimated repair quantity: Immediate repair is required for 58 unserviceable MK41 X-ray Imaging Systems. •D. The MK41 Mod2 X-ray Imaging Systems provide specialized capabilities that keep EOD technicians out of harm's way. If a MK41 Mod2 X-ray Imaging System is unavailable, an EOD technician must don a "bomb suit" and directly expose himself to life-threatening situations. Given the importance of the capabilities the MK41 Mod2 X-ray Imaging Systems provide, it is imperative they are repaired correctly and with original manufacturer parts. •E. The MK41 Mod2 X-ray Imaging System was developed and manufactured solely by Leidos Inc. as a commercial product. Furthermore, Leidos does not currently authorize or license any other firm to perform maintenance or repair work on the MK41 Mod2 X-ray Imaging System. •F. Leidos Inc. maintains the repair data, drawings, schematics, diagrams, parts, firmware, unique Leidos operating software, testing and quality assurance for the repair and integration of components and systems. Leidos Inc. is the sole source provider of the technical data package for the MK41 Mod2 X-ray Imaging System with hardware and software system integration, system engineering, configuration, testing, manufacturing, repair, parts list and expertise as the original equipment manufacturer. All drawings, diagrams, specifications, and other material furnished by Leidos Inc. are identified as proprietary and the Government does not own data rights to the MK41 system. •G. In consideration of the proprietary and specialized nature of the MK41 Mod2 X-ray Imaging System and the potentially lethal consequences of a sub-standard repair service, the Government finds that only the original equipment manufacturer, Leidos, is capable of meeting this requirement. IV. Set-aside status: This requirement has been contemplated under NAICS 811219 with a small-business size standard of $20.5 million. Leidos does not qualify as a small business for the purposes of this requirement. In consideration of the above justifications and Leidos' size status it was determined that this requirement would not be set-aside for small businesses. V. Closing response date: The Government requests any responses to this notice no later than 1200 MT on Friday 11 September 2015. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency provided such responses are received prior to the closing date and time of this notice. The request for quotation (RFQ) for the contemplated purchase order shall not be made available through the GPE. However, interested parties may request an electronic copy of the RFQ by replying to this notice prior to the closing date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/F2DCAE5233BQ01/listing.html)
 
Place of Performance
Address: Hill AFB, Utah, 84056, United States
Zip Code: 84056
 
Record
SN03861232-W 20150830/150828235203-52b03bcde6110229dc57b18cceb9f485 (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.