SOLICITATION NOTICE
R -- MODI Sustainment
- Notice Date
- 1/26/2022 5:41:20 AM
- Notice Type
- Presolicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
- ZIP Code
- 21005-1846
- Solicitation Number
- W56KGY-22-R-0007
- Response Due
- 2/9/2022 2:00:00 PM
- Point of Contact
- Eric C. Pyles, Christopher R Gaines
- E-Mail Address
-
eric.c.pyles.civ@army.mil, christopher.r.gaines4.civ@mail.mil
(eric.c.pyles.civ@army.mil, christopher.r.gaines4.civ@mail.mil)
- Description
- The Government intends to award a supply/service type, hybrid Cost-Plus-Fixed-Fee (CPFF)/Firm Fixed-Price (FFP)/Cost Reimbursement (CR)/Fixed Priced Incentive (FPI) Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract with a ten (10) year ordering period under FAR 15. The contractor shall provide hardware and services to address sustainment of Modi systems which may require repair or service The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with one source, Sierra Nevada Corporation, 145 Parkshore Drive, Folsom, CA 95630, under the authority FAR 6.302-1(a)(2) Only one responsible source and no other supplies or services will satisfy agency requirements. All responsible sources may submit a capability statement which shall be considered by the agency. However, a determination by the Government not to compete this proposed contract based upon responses to this synopsis is solely within the discretion of the Government. Companies interested in subcontracting opportunities should contact Sierra Nevada Corporation directly. This is not a formal solicitation or request for proposal. This synopsis is to give notice of the Government's intent to award a sole source contract. Contractors who can provide the U.S Army with the required services, are invited to electronically submit an affirmative, written response indicating a bona fide ability to meet this specific requirement. Responses should appear on company letterhead and include, at minimum, affirmation of active registration in the System for Award Management (SAM), your Data Universal Number System (DUNS) number, any applicable processed credentials and qualifications, and any applicable information. All responses should include a point of contact, telephone number, and electronic mail address. Additionally, respondents should indicate whether they are a large business, small business, small disadvantaged business, 8(a) concern, women-owned small business, HUBZone, service disabled veteran-owned small business, or qualify as socially or economically disadvantaged and whether they are U.S. or foreign owned. Responses to this notice will be used to determine the availability of this type of service. All responsible sources may respond to this synopsis. It is the responsibility of the interested contractor to submit responses to the Government Point of Contact (POC) at Army Contracting Command prior to the closing time and date of the synopsis. All responses must be submitted via e-mail to Eric Pyles, Contract Specialist at eric.c.pyles.civ@army.mil, courtesy copy to Christopher R. Gaines, Contracting Officer at christopher.r.gaines4.civ@army.mil. Questions or inquiries should be directed to Eric Pyles.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5e21f5cde4cb4853ae7b28d1b2910b1c/view)
- Record
- SN06225156-F 20220128/220126230105 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |