SPECIAL NOTICE
R -- Notice of Intent to award a bridge contract for services provided at the NTC Fort Irwin CA.
- Notice Date
- 12/13/2023 6:06:31 AM
- Notice Type
- Special Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- ACC-ORL
- ZIP Code
- 00000
- Solicitation Number
- W900KK23R0013
- Response Due
- 1/5/2024 11:00:00 AM
- Archive Date
- 01/20/2024
- Description
- NOTICE OF INTENT TO AWARD SOLE SOURCE AND IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. This is a notice of intent to award a sole source contract under statutory authority 10 U.S.C. 2304(c)(1) and 3204(b)(B) set forth in Federal Acquisition Regulation (FAR) 6.302-1(a)(2)(iii)(B) and Defense Federal Acquisition Regulation Supplement (DFARS) Procedures, Guidance, and Information (PGI) 206.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Army Contracting Command-Orlando (ACC-ORL) has identified a need to award a sole source, fixed price contract to Vertex (V2X), (CAGE 3YTE2), to continue to perform the NTC TSC. The anticipated contract is needed to ensure the continued support of the NTC prior to the award of the National Training Center (NTC) Mission Support Services (MSS) contract.� Services performed under this sole source action will include continuation of the non-personal services covered under the previous Contract (W900KK-18-C-0037) to provide support predominantly to units participating in training rotations at the NTC, Fort Irwin California, as defined in the relevant performance work statement (PWS) TSC-PWS-01-V11. �The Government shall not exercise any supervision or control over the personnel performing the services herein. Such contract service provider shall be accountable solely to the Contractor who, in turn is responsible to the Government. The Contractor shall provide all personnel, manage Government equipment, supplies, facilities, materials, supervision, and other items and non-personal services necessary to support the operation of the NTC as defined in the PWS. No other contractor is in the position to assemble a large diverse team of administrative, program management, professional civilians on the battlefield (PROCOB) and subject matter experts (SMEs) who specialize in providing realistic, integrated training, by the expiration of the current NTC TSC performance period (30 April 2024). �Award to anyone other than the current contractor (Vertex) would result in a significant break in service and unacceptable delays in fulling the agency�s needs and requirements. �Award of this limited Bridge Contract will ensure ample time for the Government team to complete necessary acquisition and source selection activities and execute award of the NTC MSS contract projected for award in 4th Qtr. FY24. This is not a request for competitive quotes. �The Government intends to negotiate solely under statutory authority 10 U.S.C. 2304(c)(1) set forth in Federal Acquisition Regulation (FAR) 6.302-1(a)(2)(iii)(B). �Any interested firms must identity their interest and capability to respond to the requirement no later than 14 business days after this notice posts. �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.� Please respond by 5 January 2024 at 1400 hours Eastern Standard Time (EST). �Your response must include your stated TECHNICAL KNOWLEDGE OF AND EXPERIENCE having delivered or significantly contributed to full scale support of training at a combat training center (CTC) and information to demonstrate the Contractor�s ability to complete Phase-In activities and commence full performance by the end of the current NTC TSC (30 April 2024). �Send your response to contacting officer Mr. Phil Davis via email, phillip.b.davis16.civ@army.mil with a courtesy copy to contract specialist Mr. H. David Carter via email, harrison.d.carter.civ@army.mil. �All responding contractors must be registered to the System for Award Management (SAM).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6ad7342ff4154d6bb0cfed4a149be3f8/view)
- Place of Performance
- Address: Fort Irwin, CA 92310, USA
- Zip Code: 92310
- Country: USA
- Zip Code: 92310
- Record
- SN06910878-F 20231215/231213230040 (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 |