Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 09, 2024 SAM #8138
SPECIAL NOTICE

Z -- Notice of Intent to Sole Source, Border Tunnel Activity Detection System Maintenance

Notice Date
3/7/2024 7:43:20 AM
 
Notice Type
Special Notice
 
NAICS
811210 —
 
Contracting Office
W2R2 USA ENGR R AND D CTR VICKSBURG MS 39180-6199 USA
 
ZIP Code
39180-6199
 
Solicitation Number
W912HZ24N0158
 
Response Due
3/8/2024 3:00:00 PM
 
Archive Date
03/23/2024
 
Point of Contact
Jennifer Hoben, Allison Hudson
 
E-Mail Address
Jennifer.Hoben@usace.army.mil, allison.b.hudson@usace.army.mil
(Jennifer.Hoben@usace.army.mil, allison.b.hudson@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers Research and Development Center (ERDC), Geotechnical and Structures Laboratory (GSL) has a need to update, repair, and service components of the existing Border Tunnel Activity Detection System - Point (BTADS-P) prototype system. The specific prototype system was developed by Raytheon BBN Technologies Corporation. To support these needs, the Government intends to award a firm-fixed price contract, to Raytheon BBN Technologies Corporation (Cage Code: 3U6L5), on a sole source basis for the required update, repair, and service components. The award will be issued in accordance with FAR 6.302-1(a)(2)(iii)(B), Only one responsibile source and no other supplies or services will satisfy agency requirements.� Raytheon BBN Technologies Corporation is the only company capable of meeting the government�s unique requirement and capable of servicing and repairing the current system. Raytheon BBN Technologies Corporation is a large business concern under the applicable North American Industrial Classification System Code (NAICS) code 811210 (Electronic and Precision Equipment Repair and Maintenance) with a size standard of $34M. This notice of intent is for information purposes only. This notice is not a request for competitive quotes or proposals.� A solicitation will not be issued.� However, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency.� The information submitted must be provided in sufficient detail to demonstrate the vendor�s ability to fulfill this requirement.� The contractor must also provide a description of their past experience in fulfilling requirements which are the same or similar to this requirement and references for each.� 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 this requirement on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the government. Oral communications are not acceptable in response to this notice.� Responses to this requirement may be submitted to Allison Hudson at Allison.B.Hudson@usace.army.mil AND Jennifer Hoben at Jennifer.Hoben@usace.army.mil.� The solicitation number shall be included in the subject line of the e-mail submission.� Responses must be received no later than 5:00 PM CST 08 March 2024.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1506e991776f4335ab23939b87dd22ec/view)
 
Place of Performance
Address: Vicksburg, MS 39180, USA
Zip Code: 39180
Country: USA
 
Record
SN06988941-F 20240309/240307230041 (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 |
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.