SPECIAL NOTICE
99 -- NOTICE OF INTENT TO SOLE SOURCE AS BRAND NAME
- Notice Date
- 1/18/2008
- Notice Type
- Special Notice
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal Product Manufacturing
- Contracting Office
- ACA, Fort Bliss, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812
- ZIP Code
- 79916-6812
- Solicitation Number
- USA-SNOTE-080118-004
- Archive Date
- 4/17/2008
- Point of Contact
- Patricia Collins, 915-568-5881
- E-Mail Address
-
Email your questions to ACA, Fort Bliss
(patricia.collins1@us.army.mil)
- Description
- The Directorate of Contracting, Fort Bliss, Texas, intends to sole source as a brand name 30 each SCoPIS+ Self Contained Portable Improvised Explosive Device (IED) Simulators, 4 each Victim Operated Trigger Kits and 4 each RC Command Trigger Kits, d eveloped as a collaborative effort between Raytheon and Pacific Coast Systems, LLC. Authority cited: 10 U.S.C. 2304 (c ) as implemented by Federal Acquisition Regulation (FAR) 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The SCoPIS fires all six shots simultaneously with no delay between shots, making the visual and audible effect very realistic for the soldier. The Victim Operated Trigger Kit consists of passive infrared, photo electric be am, trip wire, industrial pressure plate, improvised pressure plate, kitchen timer and pressure release. The RC Command Trigger Kit consists of personal mobile radio, cordless telephone, wireless doorbell, car alarm, pager syste, RC toy control and in-lin e timer. The items must be compatible with and accept the M30 cartridge round (NSN 1370-01-443-6871). The items requested were approved with safety confirmation granted April 2006 by the Army Developmental Test Command (DTC), Aberdeen Proving Ground, and is the only IED simulator currently with this safety confirmation status. The SCoPIS is the only known product weighing 25 lbs or less, making the product lightweight for portability purposes. This requirement is considered a follow-on contract. Subst antial duplication of cost to the Government that is not expected to be recovered would be experienced if full and open competition is pursued. The NAICS is 332999/size standard 500. All responsible sources may submit a response which, if timely recei ved, will be considered by the Directorate of Contracting. Capabilities/qualifications may be submitted no later than 2:00 PM MST January 30, 2007. Such capabilities/qualifications submitted will be evaluated solely for the purpose of determining whethe r the Government will conduct this procurement on a competitive basis. A Government determination not to compete this requirement using full and open competition is solely within the Governments discretion. Facsimile submissions and oral communications are not acceptable in response to this notice. Requests for Quotes or Requests for Proposals will not be issued based on this Notice of Intent. Interested parties may submit information for consideration to patricia.collins1@us.army.mil .
- Web Link
-
Directorate of Contracting, Fort Bliss, TX
(http://www2.fbo.gov/spg/USA/DABK/DABK05/USA%2DSNOTE%2D080118%2D004/patricia.collins1@us.army.mil)
- Record
- SN01488680-W 20080120/080118224335 (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 |