SPECIAL NOTICE
68 -- NOTICE OF INTENT TO AWARD- SOLE SOURCE PROCUREMENT - Performance Objectives
- Notice Date
- 12/28/2015
- Notice Type
- Special Notice
- NAICS
- 333318
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - Orlando, 12211 Science Drive, Orlando, Florida, 32826-3224, United States
- ZIP Code
- 32826-3224
- Solicitation Number
- W900KK-16-R-0025
- Point of Contact
- John Shaffer, Phone: 4073845331
- E-Mail Address
-
john.m.shaffer.civ@mail.mil
(john.m.shaffer.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Graphical depiction of this requirement Program performance objectives NOTICE OF INTENT TO AWARD- SOLE SOURCE PROCUREMENT PROGRAM DESCRIPTION: The U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), on behalf of the Project Manager for Training Devices (PM TRADE), intends to award a sole source contract modification to FAAC INCORPORATED for the Follow-on Virtual Clearance Training Suite (VCTS), W900KK-09-D-0514. The intent is to provide PM TRADE with a viable contract vehicle to ensure PM TRADE meets its VCTS program requirements when the next contract vehicle is awarded. The anticipated award date for VCTS is fourth quarter FY 2016. The amount of the contract is estimated at $32M. The VCTS Single Award Firm-Fixed Price contract was competitively awarded to FAAC INCORPORATED on 6 May 2011. Currently, VCTS includes Medium Mine Protected Vehicle (MMPV), Mine Protected Clearance Vehicle (MPCV), Vehicle Mounted Mine Detection (VMMD), and Man Transportable Robotic System (MTRS). VCTS is fielded to 28 training installations and operational units. VCTS provides training in critical operator or crew tasks that can be repetitively trained in a simulator and that are time consuming, resource constrained or too dangerous to conduct on actual equipment. This upgrade is expected to improve VCTS in all areas of operation and training of the vehicles, increase clearance operations capabilities, and improve realism. ACQUISITION APPROACH: The Government intends to issue a sole source Firm Fixed Price contract to FAAC. This action will be competed on a sole source basis In Accordance With (IAW) 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1(a)(2)(ii)(A), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements where (A) Substantial duplication of cost to the Government that is not expected to be recovered through competition. PERIOD OF PERFORMANCE: From contract award date to 15 Jul 2020 ESTIMATED DOLLAR VALUE: $32M RESPONSES REQUESTED: Interested contractors shall submit its capabilities statement by the closing date of this notice to the POC listed below. Responses shall provide a description of vendor's ability to meet the requirements. This description shall include a demonstration that the source has adequate financial resources to perform the contract, or the ability to obtain them; considers all existing commercial and governmental business commitments; has a satisfactory record of integrity and business ethics; has the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them; and has the necessary technical and management resources and facilities, or the ability to obtain them. Further, offerors shall demonstrate its ability to meet the Performance Objectives per the attached document. Vendors shall provide a summary of their experience and capabilities in providing virtual trainers. Identification of business size as it relates to NAICS code 333318, i.e., US large or small business, service disabled veteran business, HUB Zone, 8(a) certified business, Woman Owned SB, etc. Responses shall be limited to 10 pages or less with a font not less than 12 point. All responses shall include the following additional information: name and address of the firm, commercial activity/government entity (CAGE) code, small business size status, point of contact name, title, phone, and email. Responses shall be submitted by email to john.m.williams9.mil@mail.mil no later than 1:00 P.M. EST on 19 Jan, 2016. All small businesses shall provide a plan explaining how it will meet the limitations on subcontracting per FAR 52.219-14, Limitations on Subcontracting. This information is not included in the 10 page limitation. NOTICE: This notice is provided to verify that no other source other than FAAC can meet this requirement due to the Significant duplicate cost of either reverse engineering proprietary IGs or replacing all of the system IGs, not being recouped through competition. DISCLAIMER: This notice does not constitute an Invitation For Bid or a Request for Proposal and is not a commitment by the U.S. Government to procure subject products. No funds are available to pay for preparation of responses to this notification. The Government will use any information received by the closing date of this notice to determine whether other sources are available and capable to satisfy this requirement. Contracts POC: John Shaffer, Contract Specialist, john.shaffer.civ@mail.mil Technical POC: MAJ John Williams, APM, John.m.williams9.mil@mail.mil and Kien Le, kien.le.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a525450b690f5be38b3c6f4d7d2903b5)
- Place of Performance
- Address: 28 Locations CONUS and OCONUS, United States
- Record
- SN03978579-W 20151230/151228233939-a525450b690f5be38b3c6f4d7d2903b5 (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 |