Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 20, 2017 FBO #5627
SOLICITATION NOTICE

J -- X-ray system maintenance for L-3 Communications equipment

Notice Date
4/18/2017
 
Notice Type
Presolicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Preparedness Branch, Office of Acquisition Management, 16825 South Seton Avenue, Emmitsburg, Maryland, 21727, United States
 
ZIP Code
21727
 
Solicitation Number
WX02185Y2017T
 
Archive Date
5/18/2017
 
Point of Contact
Laura B. Harshbarger, Phone: 3014477611
 
E-Mail Address
laura.harshbarger@dhs.gov
(laura.harshbarger@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
The Federal Emergency Management Agency intends to negotiate on a sole source basis in accordance with FAR Part 13, with L-3 Communications Security and Detection Systems Inc. (L-3 SDS), 10E Commerce Way, Woburn, MA, 01801, as the only responsible source that can provide preventative maintenance and radiation safety surveys to the Center for Domestic Preparedness (CDP), in Anniston, AL. Specifically, the contractor shall provide one year of service (07/01/2017 - 06/30/2018) and three option years (7/01/2018-6/30/2021) to the CDP. L-3 SDS is the original equipment manufacturer of the x-ray systems, model numbers PX231 and PX6.4, that are owned by the CDP. L-3 SDS currently holds Patent #4,366,382. This process employs a fan-shaped x-ray beam which scans baggage on a conveyor belt and produces software enhanced images of the contents of the baggage on a video monitor. L-3 SDS is the only known maintenance and repair supplier that possesses the prerequisite degree of skill and technical knowledge which is required to correctly diagnose and remedy equipment malfunction. This acquisition is being conducted under simplified acquisition procedures (FAR 13). There are no set-aside restrictions for this requirement. The intended procurement will be classified under North American Industry Classification System (NAICS) 811219 with a Small Business Size Standard of $20.5 million. This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement. However, parties interested in responding to this notice will need to submit technical data, sufficient to determine capability in providing the same brand name service. All capability statements received within 10 days after publication of this synopsis will be considered by the Government. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Capability statements shall be submitted by email only as a MS Word or Adobe PDF attachment to Laura Harshbarger at laura.harshbarger@fema.dhs.gov. Statements are due by 1200 EST, May 3, 2017. No phone calls accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/NETC/WX02185Y2017T/listing.html)
 
Place of Performance
Address: 61 Responder Drive, Anniston, Alabama, 36205, United States
Zip Code: 36205
 
Record
SN04476648-W 20170420/170418235413-a9d6d0352418b7eff27f692e9dcd987e (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.