Inactive
Notice ID:W25G1V-21-R-0028
The Army Contracting Command-Aberdeen Proving Ground, Tobyhanna Division, Tobyhanna, PA 18466, intends to negotiate and award a firm-fixed-price contract on a sole source basis to Herley Industries, I...
The Army Contracting Command-Aberdeen Proving Ground, Tobyhanna Division, Tobyhanna, PA 18466, intends to negotiate and award a firm-fixed-price contract on a sole source basis to Herley Industries, Inc., 10 Sonar Drive, Woburn, MA 01801-5704. This is published as a sole source announcement under the statutory authority, 10 United States Code 2304(c)(1) as implemented in Federal Acquisition Regulation 6.302-1(a)(2)(iii)(B), Only one responsible source and no other supplies or services will satisfy agency requirements. Any resultant contract shall be Firm-Fixed-Price. Herley Industries, Inc. is the only known supplier with the proprietary data, design details, parts list and specific procedures to fault diagnose and test this equipment. No other company can provide the required Diplexer Assembly because the Government does not have any technical data suitable for competition. This requirement also requires a DD 254 and the Contractor must have a minimum Secret Facility Clearance prior to performing work under this contract. The requirement is for Tobyhanna Army Depot to acquire a quantity of 36 each Diplexer Assemblies with an option to acquire an additional quantity of 18 each Diplexer Assemblies within one year of contract award. Only new items will be accepted. Refurbished, remanufactured, reconditioned, overhauled, grey market or used items are not acceptable. Request for Proposal (RFP), W25G1V-21-R-0028, will be issued on or about June 7, 2021. Actual issue and due dates shall be established in the solicitation. The RFP will be available for download on the beta.SAM.gov website. Vendors requesting an electronic copy may download the RFP on or after the issue date at https://beta.sam.gov/. At Keyword/Solicitation Number, type W25G1V-21-R-0028 and click ‘Search’. The solicitation will be issued electronically only. No paper or disc copies will be issued. In order to be eligible for award, the prospective offeror must have a current and active registration in the System for Award Management (SAM) website, https://www.sam.gov and not show any Active Exclusions or have any Debt Subject to Offset. The Offeror must be found to be responsible in accordance with FAR Subpart 9.1 – Responsibility of Prospective Contractors. This Pre-solicitation Notice/Notice of Intent is not a request for a competitive proposal. A determination by the Government not to compete this requirement based on this notice is solely within the discretion of the Government. Any responsible firms believing they can provide the required Diplexer Assembly shall within fifteen (15) days of this notice, contact in writing the Contract Specialist identified below and submit a capability statement describing their firm’s capability to meet the Government’s requirement which will be reviewed for consideration. NAICS code is 334419, 750 Employees; Federal Supply Code (FSC) is 5985. Point of contact is Kristi-Jo Noel, Contract Specialist, kristi-jo.m.noel.civ@mail.mil. FOR INFORMATION ONLY: This Synopsis is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming; no proposals are being accepted at this time. All information contained within this Pre-Solicitation Notification is subject to change. This notice does not obligate the Government to award a contract. All questions regarding this SYNOPSIS should be submitted in writing via email to the Contract Specialist noted below.