Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 16, 2018 FBO #6110
SOLICITATION NOTICE

A -- Optical Transceiver Demonstration Systems

Notice Date
8/14/2018
 
Notice Type
Presolicitation
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W909MY) Belvoir, 10205 Burbeck Road, Building 362, Fort Belvoir, Virginia, 22060-5863, United States
 
ZIP Code
22060-5863
 
Solicitation Number
W909MY-18-R-0029
 
Archive Date
10/13/2018
 
Point of Contact
Wanda Harner, , Rosetta Wisdom-Russell,
 
E-Mail Address
wanda.n.harner.civ@mail.mil, rosetta.wisdom-russell.civ@mail.mil
(wanda.n.harner.civ@mail.mil, rosetta.wisdom-russell.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Army Contracting Command Command-Aberdeen Proving Grounds (Belvoir Division), in support of Night Vision and Electronic Sensors Directorate (NVESD) intends to award a Cost Plus Fixed Fee sole source contract to Daylight Solutions, Inc. for a new contract for development of up to twelve (12) optical transceiver demonstration systems (OTDSs) to include High Brightness Quantum Cascade Lasers (HBQCLs). Under this effort, the contractor shall design, develop, build, integrate, and conduct testing and evaluation of up to twelve (12) OTDS's capable of detecting optical scopes, night vision devices and thermal vision devices. These demonstration systems will be required to perform detection while being subjected to the same environmental specifications as the Long Range Advanced Scouting Surveillance System (LRAS3). Additionally, the contractor shall also provide sub-assembly component spares and post-delivery maintenance of the demonstration systems. The period of performance will be for forty-eight (48) months. The proposed contract is for services for which the Government intends to solicit and negotiate on a sole source basis contract with Daylight Solutions, Inc. 15378 Ave of Science Ste 200, San Diego, CA, 92128-3451 under the authority of 10 U.S.C. 2304(c)(1) as implemented by Part 6.302-1 -- Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements per J&A Control Number JA-18-Belv-581. The anticipated proposal due date is estimated at 30 days after release of the solicitation. This notice of intent is published in accordance with FAR 5.201 and is not a request for competitive proposals. Interested parties, however, may identify their interest and capability by responding to this requirement. The Government will consider all capability information received prior to the closing date of this synopsis. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete the proposed contract, based upon responses to this notice, is solely within the discretion of the Government. All responsible sources may identify their interest and capability to respond to the requirement or submit proposals. All proposals received within 45 days will be considered by the Government. Responses shall be no longer than ten (10) pages and shall be in a Microsoft Word compatible format. Responses shall be submitted via email to wanda.n.harner.civ@mail.mil within 45 calendar days of the date of this notice. All requests for information must be made in writing to Wanda Harner, Contract Specialist, at wanda.n.harner.civ@mail.mil or Rosetta Wisdom-Russell, Contracting Officer, at rosetta.wisdom-russell.civ@mail.mil. No telephonic inquiries or requests will be honored. Companies interested in subcontracting opportunities should contact Daylight Solutions directly. No hard copy of this RFP will be issued. All offerors must be registered with the System for Award Management in accordance with FAR 52.204-7 and DFAR 252.204-7004. In addition, all offerors must complete the Certifications and Representations as set forth in FAR 52.212-3. This can be accomplished through the following website: https://sam.gov. A determination by the Government not to compete this proposed contract based upon 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/401b47bc09858074664c65534c99920b)
 
Record
SN05036986-W 20180816/180814231628-401b47bc09858074664c65534c99920b (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.