Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 28, 2016 FBO #5210
SOLICITATION NOTICE

70 -- E-2D Mission Computer (MC) Spares and MC Display Sets Effort

Notice Date
2/26/2016
 
Notice Type
Presolicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
N61340 Naval Air Warfare Center Training Systems Division 12350 Research Parkway Orlando, FL
 
ZIP Code
00000
 
Solicitation Number
N6134016R1138
 
Response Due
3/14/2016
 
Archive Date
4/14/2016
 
Point of Contact
Romy Roman-Conway 407-380-4049 Romy Roman-Conway, Contract Specialist, 407-380-4049 OR Sidney Galloway, Jr., Contracting Officer, 407-380-8331.
 
E-Mail Address
POC Email Address
(romy.roman-conway@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Warfare Center Training Systems Division (NAWCTSD) intends to negotiate, on a sole source basis, a contract for the procurement of Mission Computer Trainer Spares and MC and Display Set parts as itemized below for delivery to Norfolk, VA: ITEM DESCRIPTIONPART NUMBERQUANTITY Mission Computer H362981-252 MC and Display Set (OPTION)H366071-252 The contract is planned for Raytheon (cage code 70SQ8) of Marlborough, MA under the statutory authority of 10 U.S.C. 2304 (c) (1) as implemented by Federal Acquisition Regulation (FAR) 6.302-1, śOnly one responsible source and no other supplies or services will satisfy agency requirements. ť Raytheon is the only source with the requisite knowledge, experience, and technical expertise to provide this part, since Raytheon is the original designer, developer, and manufacturer of the E-2D Mission Computer component parts. The anticipated award date is August 2016 with delivery in April 2018. The option exercise window period for the MC and Display Set option is from contract award through 30 September 2016.The anticipated contract value for this procurement is $4.2M total. Raytheon designed these spare parts to aircraft specifications and remains as the Original Equipment Manufacturer (OEM) who can meet the form, fit, function requirements necessary for timely delivery. Ongoing market research performed by the Government supports there does not exist a commercially available item or non-developmental item to satisfy the Government ™s requirement. Additionally, the Small Business Office concurred with the approach to sole source to the OEM (Raytheon). This notice is not a request for competitive proposals. It is a notice outlining the Government ™s intent to contract on a sole source basis with Raytheon. Interested sources are solicited to provide their written technical capabilities. Written response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. Interested sources must submit detailed written technical capabilities to deliver the E-2D Mission Computer spares and MC and Display sets to support the needs of the Government. Detailed written capabilities must be submitted by email to Ms. Romy Roman-Conway (romy.roman-conway@navy.mil) in an electronic format that is compatible with Microsoft Office 2010 applications (MS Word), no later than close of business (5 PM EST) on Monday, 14 March 2016. Verbal submissions via phone will not be honored. All information shall be furnished at no cost or obligation to the Government. Responses shall be limited to no more than TEN (10) pages. A determination by the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. This notice is not to be considered a request for quotations or proposals. No solicitation document is available. No contract will be awarded on the basis of offers received in response to this notice, but will be used to determine if a comparable source is available and more advantageous to the Government. If no written challenge to this synopsis is received, a justification and approval (J and A) for other than full and open competition in accordance with the statutory authority of 10 U.S.C. 2304 (c)(1) as implemented by Federal Acquisition Regulation (FAR) subpart 6.303 based on the rationale provided above will be initiated. If conducted as a sole source procurement, a separate synopsis will not follow. This synopsis will satisfy the intent of the requirements under FAR 5.201 and 5.204. In accordance with FAR 5.102(e), copies of the solicitation will be available upon request.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134016R1138/listing.html)
 
Place of Performance
Address: Naval Air Station (NAS) Norfolk, Bldg. LP-49, 1037 Bellinger Blvd, Norfolk, VA
Zip Code: 23511
 
Record
SN04032715-W 20160228/160226234549-ce5a03af7c1804b829a2376ff8c88795 (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.