Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2004 FBO #0905
SOLICITATION NOTICE

58 -- Low Rate Initial Production and Production Phases of the Magneto Inductive ? Remote Activation Munitions System

Notice Date
5/17/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
NSWC Panama City, Code XPS1, 110 Vernon Ave., Panama City, FL
 
ZIP Code
00000
 
Solicitation Number
N6133104R0037
 
Response Due
7/16/2004
 
Archive Date
8/15/2004
 
Point of Contact
Mark Ross 850-235-5624 , or Contracting Officer Margie Dulatt at 850-235-5398.
 
Description
The Naval Surface Warfare Center, Panama City, FL intends to issue a Request For Proposal (RFP) to Magneto Inductive Systems Limited (MISL) USA of San Bernadino, CA on a sole source basis for an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract for the Low Rate Initial Production (LRIP) and production phases of the Magneto Inductive-Remote Activation Munitions System (MI-RAMS) program. The effort will include LRIP planning, long lead item procurement, and the manufacture, inspection, test and delivery of MI-RAMS. The government anticipates a period of performance for five years under an ID/IQ contract. The first year of the effort will involve LRIP planning such as long lead item identification for the production of the MI-RAMS system currently being developed under a sole source contract to MISL, Nova Scotia. The follow on years will involve procurement of long lead items and the manufacture of the MI-RAMS hardware. The MI-RAMS is a lightweight, compact, man-portable magneto inductive transmitter and receiver system to be used by Special Operation forces (SOF) and combat engineers. MI-RAMS provides the capability to remotely control the detonation of demolition charges or to remotely operate other items of equipment such as beacons, laser markers, weapons, ground marking lights, etc. MI-RAMS will reliably propagate a signal through natural or manmade media such as water, earth or building structures. MI-RAMS will be compatible and functional with radio frequency (RF) RAMS (i.e. MI-RAMS and RF-RAMS will be able to be daisy-chained as mission requirements, tactics and terrain dictate) providing the operator a synergistic increase in remote operation capabilities. The MI-RAMS will operate in all environments such as arctic, tropic, temperate, urba n, beach zone and the surf zone (littoral) to depths less than 10 feet. The planned start date for this effort will be 4QFY04. The acquisition objective is for up to 5000 each MI transmitters, 10,000 Auxiliary Power Packs, 25,000 each MI Type A receivers, 50,000 Type B MI receivers. Detailed tasks will be provided, defining the required efforts, in individual delivery orders issued under the ID/IQ contract. This requirement is unsuitable for full and open competition for the following reasons. The authority of FAR 6.302-1(a)(2), as applied in FAR 6.302-1(b)(1)(ii), is deemed applicable as the agency's minimum needs can only be satisfied by the unique supplies available from Magneto Inductive Systems Ltd, the only known supplier of magneto-inductive (MI) related technologies. NSWC-PC has determined that MISL is only known supplier of MI related technologies that can meet the op erational requirements of the MI-RAMS program. This determination was based on the results of 29 market surveys conducted by CSS/ONR since 1993 that resulted in no responses other than MISL. The MI-RAMS cannot be procured competitively utilizing a technical data package. Currently the patents and intellectual property rights to the relevant MI technologies either belong solely to MISL or are Government patents licensed to MISL. Additionally, per the approved MI-RAMS program Acquisition Plan, the LRIP and production quantities will be acquired from the system developer. MISL is the sole developer of MI-RAMS. NAICS Code 541710 applies. SBA Size Standard is 750 employees (based on NAICS Code 334290). FSC is 5895.
 
Web Link
NSWC Panama City Synopses
(http://www.ncsc.navy.mil/Contracts/Ztables/syntable.htm)
 
Record
SN00587288-W 20040519/040517212322 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.