SOLICITATION NOTICE
99 -- Notice of Intent to Award a Single Source Action to L-3 Communications for Purchase of Infra-Red (IR) and Electro-Optical (EO) Cameras (with Camera Housings) and Pan/Tilt Platforms, Remote Video Surveillance System (RVSS)
- Notice Date
- 6/16/2010
- Notice Type
- Presolicitation
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AMQ-210 AMC - Aeronautical Center (Oklahoma City, OK)
- ZIP Code
- 00000
- Solicitation Number
- 9628
- Response Due
- 6/23/2010
- Archive Date
- 7/8/2010
- Point of Contact
- Shauna Martinez, 405-954-8321
- E-Mail Address
-
shauna.martinez@faa.gov
(shauna.martinez@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- This announcement is NOT A SCREENING INFORMATION REQUEST (SIR) OR REQUEST FOR PROPOSAL (RFP). The Federal Aviation Administration (FAA) is not seeking nor accepting unsolicited proposals. Purpose of Announcement: In accordance with the FAA Acquisition Management System (AMS), Paragraph 3.2.2.4, this announcement is to inform industry of the basis of the FAA's decision to contract with a selected vendor using single source procedures. The FAA intends to negotiate and award a Firm Fixed Price Purchase Order for Infra-Red (IR) Cameras and Electro-Optical (EO) Cameras (with Camera Housings), and Pan/Tilt Platforms, Remote Video Surveillance System (RVSS) (aka RVSS Camera Bundle) for FAA Mike Monroney Aeronautical Center (MMAC) in support of the Department of Homeland Security (DHS), Customs Border Protection (CBP) to L-3 Communications Cincinnati Electronics Corporation, Mason, OH under Request for Offer (RFO) DTFAAC-10-R-02332 to provide all necessary labor, facilities, equipment, materials, travel, and subcontractors (as applicable) to supply: Infra-Red (IR) Cameras (Quantity 4), Electro-Optical (EO) Cameras (Quantity 2), and Pan / Tilt Platform (Quantity 2), to include shipping. The contractor shall be required to deliver cameras and platforms based on the Government's delivery schedule. The FAA has made a single source determination insofar that L-3 Communications was the supplier of the current fixed tower system and is in production of the required items such that they can meet the lengthy lead time and urgent nature of this purchase. There are no spares presently available for these system items. Inability to have readily available spares should mechanical failures occur in the field would compromise the nation's border protection ability. It would not be cost-effective or practical for any other sources to acquire and/or develop manufacturing capabilities for this item given the FAA's delivery requirements, manufacturing lead time, and procurement lead time for these immediate spares. A fair and reasonable price will be negotiated by FAA with L-3 for all deliverables under this acquisition. A competitive solicitation is not available for this procurement. The FAA anticipates a need for additional spares beyond this single source order and is seeking interested parties under Announcement #9627 posted 16 June 2010. That announcement outlines the Market Survey response requirements for Interested Sources for future acquisitions of these same items. Equipment performance requirements for each item are provided in that announcement. Any questions regarding this announcement must be directed to Shauna Martinez, Contract Specialist, by 4:00 PM CT, 23 June 2010, via email at shauna.martinez@faa.gov The FAA will not pay for any information or any administrative costs incurred and associated with any response to this announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/9628/listing.html)
- Record
- SN02179653-W 20100618/100616235352-09e46f26c43615ba7f2e5b47164875e8 (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 |