Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 01, 2016 FBO #5334
SOLICITATION NOTICE

15 -- CH-53K Aircraft LRIP Lot 3 and 4

Notice Date
6/29/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
SerAIR2343_16_045
 
Archive Date
7/30/2016
 
Point of Contact
Lisa Troccoli, Phone: 3017579711, Andrew H Warner, Phone: (301) 757-5250
 
E-Mail Address
lisa.troccoli@navy.mil, andrew.warner@navy.mil
(lisa.troccoli@navy.mil, andrew.warner@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Systems Command intends to negotiate with Sikorsky Aircraft Corporation (SAC), 6900 Main, P.O. Box 9731, Street Stratford, CT 06615, on a sole source basis for the procurement of Low Rate Initial Production (LRIP) of Lots 3 and 4 of the CH-53K helicopter. The intended contract will be initially issued as an Advance Acquisition Contract (AAC) in FY18 and FY19 for long lead items in support of the subsequent production buys. The production buys will be fully funded using FY19 and FY20 funding, respectively for Lots 3 and 4. The LRIP contract will be contracted for on a fixed price type basis. The effort consists of nonrecurring and recurring engineering necessary for the procurement, fabrication, and assembly of aircraft, and installation integration of components and equipment including Contractor furnished Equipment and Government Furnished Equipment into the aircraft. This effort also includes test and check out of assembled aircraft, as well as logistical support for the aircraft. Requirements also include but are not limited to Systems Engineering/Program Management (SE/PM), Supporting Equipment and Tooling, publications, logistics support, quality assurance, reliability and maintainability programs, technical, administrative, and financial data requirements, spares, provisional supplies and services for training, logistics, engineering, and administrative support. Aircraft requirements for the Lot 3 procurement consist of an estimated seven (7) CH-53Ks and for the Lot 4 procurement consist of an estimated thirteen (13) CH-53Ks. Actual aircraft quantities procured will be in accordance with quantities approved by Congress. This requirement will be procured in accordance with statutory authority permitting other than full and open competition under 10 U.S.C. 2304(c)(1), as implemented by the Federal Acquisition Regulation (FAR) 6.302-1(a)(2), in that SAC is the only responsible source and no other type of equipment will satisfy Marine Corps requirements. SAC is the designer, developer, and sole producer of the CH-53K aircraft and the only known source that possesses the data, technical skills, and requisite knowledge of the design, fabrication, performance, operation, maintenance, and support characteristics of the CH-53K to fulfill this need in a timely manner. This notice is for informational purposes only. For subcontracting opportunities please contact Joshua Goodman, Sikorsky Subcontracting Manager, at 203-383-6028. Note: The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within a forty-five day (thirty days if award is issued under an existing basic order agreement) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract based upon response to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/SerAIR2343_16_045/listing.html)
 
Place of Performance
Address: 6900 Main Street, Stratford, Connecticut, 06615, United States
Zip Code: 06615
 
Record
SN04166689-W 20160701/160629235524-b0f17bd74bf83ef4df7dad9125676764 (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.