Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2011 FBO #3422
SOLICITATION NOTICE

99 -- Repair/Refurbishment and Return of Government-owned equipment

Notice Date
4/6/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
US Army Space and Missile Defense Command, Deputy Commander, ATTN SMDC-CM-AP, P.O. Box 1500, Huntsville, AL 35807-3801
 
ZIP Code
35807-3801
 
Solicitation Number
W9113M-11-R-RR11
 
Response Due
4/21/2011
 
Archive Date
6/20/2011
 
Point of Contact
Neisha M. Mendiola, 2569555904
 
E-Mail Address
US Army Space and Missile Defense Command, Deputy Commander
(neisha.m.mendiola@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; competitive proposals are not being requested and any other written solicitation will not be issued. Responsible sources could elect to submit a capability statement, or quotation, which will be considered by the contracting activity. The U.S. Army Space and Missile Defense Command/Army Forces Strategic Command intends to award, on a sole source basis, a firm-fixed priced contract for commercial services to FLIR Systems, Inc. in Wilsonville, Oregon, cage code 64869 (FLIR). This action is pursuant to 10 U.S.C 2304(c) (1), as implemented by FAR 6.302-1, "Only one responsible source and no other supplies or services will satisfy agency requirements". The contemplated contract is to satisfy repair and refurbishment requirements of fielded Product Management Office for Integrated Tactical Systems' (PMO ITS) surveillance and target acquisition systems. The contract will include a one (1) year base period; to include repairs/refurbishment of sensors/cameras, integrated logistics support (ILS) and 24/7 help desk support (24/7), with four (4) one-year options for each sensor/camera to be repaired or refurbished, ILS and 24/7. The period of performance, to include any exercised options, will be five years. Anticipated award date is June 1, 2011. The estimated contract value is $58,923,824.00. The PMO ITS is responsible for providing the maintenance and sustainment (supply) support of the Legacy RAID and RAID BETSS-C, CERBERUS, and CERBERUS Lite systems that are fielded. Major subsystems of the Legacy RAID and RAID BETSS-C CERBERUS, and CERBERUS Lite systems are the StarSAFIRE III, StarSAFIRE HD, Ranger III, and RECON III sensors/cameras. This procurement action is for the repair and return (R&R), or refurbishment, and logistics support of these sensors/cameras (StarSAFIRE III, StarSAFIRE HD, Ranger III, and RECON III) directly from the Original Equipment Manufacturer (OEM) which is FLIR. This action also includes ILS and 24/7 help desk, and data submissions requirements. The R&R or refurbishment of Government-owned sensors/cameras meets the definition of commercial services as set forth in FAR Part 2.101. The contractor shall conduct initial inspections and diagnostic activities to determine required repairs and/or refurbishments. The contractor shall maintain a spare parts stock level, adequate repair facilities, and technical repair personnel sufficient to repair and refurbish the failed sensor/components and return them to service within the objective mean time to repair. The repair turnaround time (RTAT) shall be no greater than 25 days unless excluded by the Contracting Officer's Representative (COR). A Statement of Work (SOW) will be provided directly to FLIR. The services are deemed available only from FLIR. As stated in the paragraph above, FLIR is the OEM of the StarSAFIRE III, StarSAFIRE HD, and Ranger III XR+ sensors. These sensors are part of existing PMO ITS systems and replacement sensors must be identical to and interchangeable with the original items. The existence of limited rights in data, patent rights, copyrights, or secret processes; the control of basic raw material; or similar circumstances, make the supplies and services available only from FLIR. FLIR owns the intellectual property for all these sensors/cameras and maintains tight control over that property for competitive and investment reasons. FLIR has proprietary control of the schematics, plans, drawings, special tools, fixtures and calibration instrumentation and methods. Additionally, FLIR holds copyrights and patents that apply to these specific models of sensors. It has been determined that FLIR is the sole manufacturer of the sensors/cameras. Furthermore, it has been determined that FLIR is the sole manufacturer of the components used for repair on the StarSAFIRE III, StarSAFIRE HD, Ranger III, and RECON III sensors/cameras. For the following reasons, FLIR is the only source capable of providing the repair/refurbishments in a timely and cost effective manner. The Government does not have depot capability to repair these sensors/cameras. Furthermore, the introduction of disparate parts into existing sensor/camera units would require additional testing to ensure the parts met operational and interoperability requirements. FLIR has the knowledge, expertise, experience and source of parts to perform the repairs in a timely manner without disrupting the readiness, fielding and sustainment of existing StarSAFIRE III, StarSAFIRE HD, Ranger III, and RECON III sensors/cameras. No other known source can satisfy the requirements without negatively impacting the US soldiers since substantial duplication of cost to the US is not expected to be recovered through competition and the Government will experience unacceptable delays in filling the Army needs. Under the authority of FAR 6.302-1, this action is directed towards FLIR Systems, Inc. This combined synopsis/solicitation is issued as a Request for Proposal from FLIR only. A SOW will be sent to FLIR's representative in a separate document. Provisions and clauses are those in effect through Federal Acquisition Circular 2005-50, effective March 16, 2011. The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Because this is an authorized sole source procurement the evaluation procedures outline in FAR 52.212-2 are not applicable. Offeror shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. FAR clauses at 52.212-4, Contract Terms and Conditions-Commercial Items, and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, apply to this acquisition. The resulting contract will be incrementally funded in accordance with Department of Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7007. DFARS provision 252.201-7000, Contracting Officer's Representative, is also applicable to this acquisition. Additional terms and conditions consistent with customary commercial practices applicable to this acquisition will be discussed with the offeror during negotiations. A Defense Priorities and Allocations System rating DO-A7 has been assigned to this acquisition. All responses and/or inquiries should be directed to Neisha M. Mendiola at neisha.mendiola@smdc.army.mil and must be received within fifteen (15) days from publication of this combined synopsis/solicitation. No telephone inquires will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/SMDC/DASG60/W9113M-11-R-RR11/listing.html)
 
Place of Performance
Address: US Army Space and Missile Defense Command, Deputy Commander ATTN SMDC-RDC-BB/Mendiola, P.O. Box 1500 Huntsville AL
Zip Code: 35807-3801
 
Record
SN02418931-W 20110408/110406235049-2b40d78d7d9275eca59ee28907234bfd (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.