Notice of Intent to Award Sole Source Contract

expired opportunity(Expired)
From: Federal Government(Federal)
W91RUS-18-T-0RIA

Basic Details

started - 18 Jun, 2018 (about 5 years ago)

Start Date

18 Jun, 2018 (about 5 years ago)
due - 25 Jun, 2018 (about 5 years ago)

Due Date

25 Jun, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
W91RUS-18-T-0RIA

Identifier

W91RUS-18-T-0RIA
Department of the Army

Customer / Agency

DEPT OF DEFENSE (709493)DEPT OF THE ARMY (133188)AMC (72650)ACC (75029)ACC-CTRS (32920)ACC-APG (10726)ACC-ABERDEEN PROVING GROUNDS CONTR (978)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Notice of Intent to Award Sole Source ContractIAW FAR 5.207 Preparation and Transmittal of SynopsisW91RUS-17-T-0RIAArmy Contracting Command - Aberdeen Proving Ground (ACC-APG), Huachuca Division, intends to award a noncompetitive sole source contract to Harris Corporation; to provide a Base Year and Three Option Years for Rock Island Arsenal Land Mobile Radio System HW/SW renewalServices can only be provided from the original source as Harris designed the proprietary system for management and maintenance on E-911 system and in such is only company authorized to work on the E-911 system.The statutory authority permitting Other than Full and Open Competition is 41 U.S.C. 1901, as implemented by FAR Subpart 13.5The North American Industrial Classification System (NAICS) code for this procurement is 811213.This notice of intent is not a request for proposals or quotations and a solicitation will not be issued for this requirement. Any responses or inquiries to this notice must demonstrate
clear and convincing evidence that competition will be advantageous to the Government. The Government will not pay for information submitted. A determination by the Government not to compete this procurement action, based on responses to this notice, is solely within the discretion of the Government.Responses to this notice are due by noon, Arizona time, Monday, 25 June 2018.(a) Content. Each synopsis transmitted to the GPE must address the following data elements, as applicable:(1) Action Code. n/a(2) Date. 18 June(3) Year. 2018(4) Contracting Office Zip Code. 85613(5) Product or Service Code. 7035(6) Contracting Office Address.2133 Cushing Bldg 61801 Suite 3410 Ft Huachuca, AZ 85613(7) Subject. Rock Island Arsenal Land Mobile Radio System Renewal(8) Proposed Solicitation Number. W91RUS-18-T-0RIA(9) Closing Response Date. 06/25/2018(10) Contact Point or Contracting Officer. Contact Point Paula Keith 520-533-7422(11) Contract Award and Solicitation Number. W91RUS-17-T-0RIA(12) Contract Award Dollar Amount. $699,182 approximate(13) Line Item Number. n/a(14) Contract Award Date. 06/28/2018(15) Contractor. Harris(16) Description. Land Mobile Radio system HW/SW renewal(17) Place of Contract Performance.US Army Network Enterprise Center (NEC)1 Rock Island Arsenal Bldg 107Rock Island Arsenal IL 61299-5000(18) Set-aside Status. Sole Source(b) Transmittal. Transmissions to the GPE must be in accordance with the interface description available via the Internet at http://www.fedbizopps.gov.(c) General Format for "Description." Prepare a clear and concise description of the supplies or services that is not unnecessarily restrictive of competition and will allow a prospective offeror to make an informed business judgment as to whether a copy of the solicitation should be requested including the following, as appropriate:This requirement is for HW and SW support of the Harris "P25" Land Mobile Radio emergency responder system (e911) installed at RIA in 2016 that came with 2 years of support built into the installation project. That support expired April 2018. This system is the receiving end of a 911 call on RIA. It accepts the calls, locates the caller, notifies and routes appropriate responders, tracks the progress of the call and keeps the responders in communication with each other and the home base.The system is a combination of different brand name servers, routers, switches, storage area devices, consoles that provide first responder communication services supporting RIA. The system is maintained by Harris or their designated geographical partner for HW and proprietary SW (operating system) support that is proprietary to Harris. RIA is requesting 1 base year and 3 option years with a projected period of performance to start 01 July 2018 or as required for required solicitation time. Genuine Harris operating system updates, software updates, hardware support/replacement, firmware updates, IAVA patches, Harris technical support as designated in PWS.(1) National Stock Number (NSN) if assigned. n/a(2) Specification and whether an offeror, its product, or service must meet a qualification requirement in order to be eligible for award, and identification of the office from which additional information about the qualification requirement may be obtained (see Subpart 9.2).It is anticipated to be sole source to Harris.(3) Manufacturer, including part number, drawing number, etc.Harris P25(4) Size, dimensions, or other form, fit or functional description.n/a(5) Predominant material of manufacture. Harris is the proprietor of the overall design of the hardware integration and operating system and software(6) Quantity, including any options for additional quantities.1 base year and 3 option years(7) Unit of issue. 1 each(8) Destination information.FOBUS Army Network Enterprise Center (NEC)1 Rock Island Arsenal Bldg 107Rock Island Arsenal IL 61299-5000(9) Delivery schedule. 07/01/2018 start of period of performance(10) Duration of the contract period. 1 base year of 12 months and 3 option periods starting 0701/2018 to 06/30/2019/(11) Sustainable acquisition requirements (or a description of high-performance sustainable building practices required, if for design, construction, renovation, repair, or deconstruction) (see parts 23 or 36).n/a(12) For a proposed contract action in an amount estimated to be greater than $25,000 but not greater than the simplified acquisition threshold, enter-(i) A description of the procedures to be used in awarding the contract (e.g., request for oral or written quotation or solicitation), and(ii) The anticipated award date.Written RFQ and anticipated award date of 06/28/2018(13) For Architect-Engineer projects and other projects for which the product or service codes are insufficient, provide brief details with respect to: location, scope of services required, cost range and limitations, type of contract, estimated starting and completion dates, and any significant evaluation factors.n/a(14)(i) If the solicitation will include the FAR clause at 52.225-3, Buy American -Free Trade Agreements-Israeli Trade Act, or an equivalent agency clause, insert the following notice in the synopsis; "One or more of the items under this acquisition is subject to Free Trade Agreements." Exception 13.501(a)(ii) If the solicitation will include the FAR clause at 52.225-5, Trade Agreements, or an equivalent agency clause, insert the following notice in the synopsis: "One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements."n/a(iii) If the solicitation will include the FAR clause at 52.225-11, Buy American--Construction Materials under Trade Agreements, 52.225-23, Required Use of American Iron, Steel, and Manufactured Goods--Buy American Statute--Construction Materials under Trade Agreements, or an equivalent agency clause, insert the following notice in the synopsis: "One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements."n/a(15) In the case of noncompetitive contract actions (including those that do not exceed the simplified acquisition threshold), identify the intended source and insert a statement of the reason justifying the lack of competition.FAR part 13.501(a) Simplified Procedures for Certain Commercial Items-Sole Source: HarrisHarris has no retail partnerships to market their services. They deal direct with each customer. Should the government elect to obtain the services from another retailer, the services will increase in cost as there is no preferred pricing source or value added retailer authorized by Harris. Harris is the only entity authorized to provide SW and OS updates to the databases and SW applications. While other IT technicians might be able to replace a hard drive or power supply on the appliances and servers, Harris designed the system to function as a whole. The HW was configured to integrate with other HW specifically for the functionality of LMR using proprietary OS and SW systems written, maintained and controlled by Harris.(17) If solicitations synopsized through the GPE will not be made available through the GPE, provide information on how to obtain the solicitation.Email: Paula.l.keith.civ@mail.mil(18) If the solicitation will be made available to interested parties through electronic data interchange, provide any information necessary to obtain and respond to the solicitation electronically.n/a(19) If the technical data required to respond to the solicitation will not be furnished as part of such solicitation, identify the source in the Government, such as https://www.fedbizopps.gov/, from which the technical data may be obtained.n/a(d) Set-asides. When the proposed acquisition provides for a total or partial small business program set-aside, or when the proposed acquisition provides for a local area set-aside (see Subpart 26.2) the contracting officer shall identify this set-aside in the synopsis and in the solicitation.n/a(e) Codes to be used in Synopses to identify services or supplies. Contracting officers must use one of the classification codes identified at http://www.fedbizopps.gov/ to identify services or supplies in synopses.(f) Notice of solicitations cancellation. Contracting officers may publish notices of solicitation cancellations (or indefinite suspensions) of proposed contract actions in the GPE. 

US Army Network Enterprise Center (NEC) 1 Rock Island Arsenal Bldg 107 Rock Island Arsenal, Illinois 61299 United StatesLocation

Place Of Performance : US Army Network Enterprise Center (NEC) 1 Rock Island Arsenal Bldg 107

Country : United States

You may also like

Notice of Intent

Due: 02 Jan, 2025 (in 8 months)Agency: Alberta Public Sector

Notice of Intent to Sole Source - Equipment Maintenance

Due: 30 Apr, 2024 (Today)Agency: CONSUMER PRODUCT SAFETY COMMISSION

NOTICE OF INTENT TO AWARD PURCHASE

Due: 01 May, 2024 (Tomorrow)Agency: Douglas County

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

811 -- Repair and Maintenance/811213 -- Communication Equipment Repair and Maintenance
naicsCode 811213
pscCode 70