Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2010 FBO #3022
SOLICITATION NOTICE

59 -- Airborne Mine Neutralization System (AMNS)Low Rate Initial Production (LRIP) systems

Notice Date
3/2/2010
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
N00024 NAVAL SEA SYSTEMS COMMAND, DC 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC
 
ZIP Code
00000
 
Solicitation Number
N0002410R6307
 
Response Due
3/31/2010
 
Archive Date
3/31/2010
 
Point of Contact
Holly Danner 202-781-2364 Holly Danner 202-781-2364; Email holly.danner@navy.mil
 
E-Mail Address
holly.danner@navy.mil
(holly.danner@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.eps.gov and the Navy Electronic Commerce on Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the Internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Naval Sea Systems Command. The Naval Sea Systems Command (NAVSEA) intends to award a sole source contract to Raytheon Company, Integrated Defense Systems (IDS), 1847 West Main Road, Portsmouth, Rhode Island for the Airborne Mine Neutralization System (AMNS). The contract is for seven (7) AMNS Low Rate Initial Production (LRIP) systems, with an option for up to five (5) additional LRIP systems. Successful completion of this effort requires intimate knowledge of the Airborne Mine Neutralization System. Raytheon Company is the sole designer, developer, integrator and producer of the Airborne Mine Neutralization System. Raytheon Company is the only known source that possesses the necessary knowledge of design and operational requirements and the capability and expertise required to provide these supplies and services in a sufficiently accurate and timely manner while successfully achieving a fully integrated and seamless system. The estimated period of performance is September 2010 to September 2012. The government intends to solicit and negotiate only with the source identified herein. Companies interested in subcontracting opportunities should contact Raytheon directly. See Note 22!!
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002410R6307/listing.html)
 
Place of Performance
Address: 1847 West Main Road, Portsmouth, RI
Zip Code: 02871
 
Record
SN02080940-W 20100304/100302235501-0f1c68c972d43130c9868ab4bb32836d (fbodaily.com)
 
Source
FedBizOpps 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.