Inactive
Notice ID:W56KGY-19-R-0002
The United States Army Contracting Command - Aberdeen Proving Ground (ACC-APG), Aberdeen Proving Ground, MD 21005, on behalf of Product Manager Electro-Optic/Infrared Payloads (PdM EO/IR), intends to ...
The United States Army Contracting Command - Aberdeen Proving Ground (ACC-APG), Aberdeen Proving Ground, MD 21005, on behalf of Product Manager Electro-Optic/Infrared Payloads (PdM EO/IR), intends to solicit and award a new Firm-Fixed-Price (FFP) and FFP, Level-of-Effort (LOE), Indefinite-Delivery/Indefinite-Quantity (ID/IQ) type contract with an ordering period of five (5) years and one (1), three (3) year option period on a sole source basis to Canadian Commercial Corporation (CCC), North Atlantic Treaty Organization (NATO) Commercial and Government Entity (NCAGE) Code 98247 (50 O'Connor Street, Suite 1100, Ottawa, Ontario, K1A 0S6, Canada), as an agent for L-3 Wescam, NCAGE Code 3AC24 (649 North Service Road, Burlington, Ontario, L7P 5B9, Canada) in accordance with Department of Defense Federal Acquisition Regulation Supplement (DFARS) 225.870 and 10 U.S.C ยง 2304(c)(1) as implemented by Federal Acquisition Regulation (FAR) 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The NAICS code for this acquisition is 334511, with a primary Product Service Code (PSC) of J058. MX Sensor systems are a family of sensors varying in size and capability that provide near real time High Definition (HD) Full-Motion Video (FMV) with varying laser sensor suites. Since 2004, the Army has procured a significant fleet of MX Sensor systems in various configurations and in support of the Army's Aerial Intelligence Surveillance and Reconnaissance (A ISR) platforms. PdM EO/IR is responsible for providing centralized MX Sensor system fleet management for the A ISR programs operating worldwide with continuing requirements for the procurement of MX Sensor systems, spare and repair parts, services to include modifications, platform integration, field service representatives, repair services, program management, engineering support, integrated product support, safety, quality assurance, and configuration management. The Government intends to use FAR Part 12 procedures for this acquisition. This award will be made on an Other Than Full and Open Competition basis authorized by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. L-3 Wescam is the Original Equipment Manufacturer of the MX Sensor family of systems. The Government does not possess a technical data package that would allow full and open competition for the development, production, and/or sustainment of MX Sensor systems. However, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. A determination by the Government not to compete this proposed contract lies solely within the discretion of the Government. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this announcement or the Government use of such information. The closing date for this synopsis is 21 May 2019 at 4:00 P.M. Eastern Daylight Time. The anticipated solicitation release date is August 2019 and the anticipated award is 2QFY20.