Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 22, 2017 FBO #5629
MODIFICATION

R -- REQUEST FOR INFORMATION/SOURCES SOUGHT - Engineering Services to be supplied for the Engineering Support of the Advanced Electronic Guidance Intercept System (AEGIS) AN/SPY-1A/B/B(V)/D/D(V) radars and ancillary equipment including AEGIS Microwave Tubes

Notice Date
4/20/2017
 
Notice Type
Modification/Amendment
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 3373, Crane, Indiana, 47522-5001, United States
 
ZIP Code
47522-5001
 
Solicitation Number
N0016417SNB85
 
Archive Date
5/19/2017
 
Point of Contact
Terry Jenkins, Phone: 812-854-3627
 
E-Mail Address
terry.jenkins2@navy.mil
(terry.jenkins2@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
N00164-17-S-NB85 - REQUEST FOR INFORMATION/SOURCES SOUGHT - Engineering Services to be supplied for the Engineering Support of the Advanced Electronic Guidance Intercept System (AEGIS) AN/SPY-1A/B/B(V)/D/D(V) radars and ancillary equipment including AEGIS Microwave Tubes. FSC R425 - NAICS 334419 Issue Date - 20 APR 2017 - Closing Date - 4 MAY 2017 - 2:00 PM EDT REQUEST FOR INFORMATION (RFI)/Sources Sought - As part of a market survey, the Government is issuing this RFI/sources sought announcement in accordance with (IAW) DFARS PGI 206.302-1(d) for engineering services for the AEGIS MK99 Fire Control System, Transmitter Groups, AN/SPY-1A/B/B(V)/D/D(V) Radars and ancillary equipment onboard AEGIS ships, at AEGIS land based test sites and/or contractor facilities in support of installing the Solid State Switch Assembly (SSSA) into the Final Power Amplifier located in the Microwave Component System Engineering Facility (MCSEF) located at NSWC Crane. Crane Division, Naval Surface Warfare Center intends to issue a modification to increase the Level of Effort (LOE) providing engineering services to continue the development of the Gallium Nitride (GaN) based 40/400 Watt Solid State Amplifier (SSA) replacement for the SPY-1 Radio Frequency Monitor (RFM) cabinet. The period of performance will be extended from 2 April 2018 to 30 September 2018, and the resulting in an overall Cost Plus Fixed Fee (CPFF) increase of $750,000.00 to N00164-14-G-GR45-Job Order 09 which was awarded on a sole source basis for N00164-14-G-GR45 to Raytheon Integrated Defense Systems (CAGE 59744), 528 Boston Post Road, Sudbury, MA 01776-3375. This award is for services required to support AEGIS AN/SPY-1A/B/B(V)/D/D(V) radars and ancillary equipment including microwave tubes. This effort is anticipated to be conducted on a sole-source basis IAW the statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1. The basis for restricting completion is the anticipated substantial duplicative costs to the Government to qualify another manufacture's product for shipboard use, which are not anticipated to be recouped through competition, and the anticipated unacceptable delays in fulfilling the agency requirements through any other source. The Government is seeking information from Contractors mitigating the sole-source basis cited above. Contractors with the capabilities and facilities to provide components that meet the Government's specifications for engineering services and supplies in support of the Aegis Weapons System (AWS), AN/SPY-1A/B/B(V)/D/D(V) radars and ancillary equipment may provide information to indicate their intent and capabilities. Responses should include availability, budgetary cost estimate, and lead time of the solution, as well as, weather a demonstration unit can be provided to expedite the Government decision-making process. While Contractors are not required to quote prices for any solutions proposed, the information will assist the Government in developing Business Case Analysis (BCA) supporting potential follow-on acquisition announcements to this RFI. If Contractors need additional Government requirements information in order to fully respond to this RFI, please contact the Government POC. All interested parties are encouraged to submit product literature, a white paper no longer than 5 pages, and/or other pertinent information, such as a description with performance parameters and a statement of current availability, summary of prior testing, test reports, and a budgetary estimate of test articles to mitigate the reason why the Government should not procure this effort on a sole-source basis as stated above, and/or identify other Government contracts with similar efforts for the Government's consideration. Responses to the RFI Sources Sought Market Survey shall include the following: Contractor's Name Street Address, City, State, Zip Code Business Size Point of Contact (POC) POC Telephone Announcement Number: N00164-17-S-NB85 The Government may contact RFI respondents to obtain clarification on the information submitted. Contractors must be properly registered in the Government System for Award Management database (SAM). Contractors may obtain information on SAM registration and annual confirmation of requirements by calling 1-866-606-8220, or via the internet at www.sam.gov. The technical data package may contain information that is export controlled. Only those companies that have completed DD Form 2345 and are certified under the Joint Certification Program (JCP) in an active status are authorized to receive export controlled information. Additional information is available at http://www.dlis.dla.mil/jcp/. At the current time, NO FUNDING IS AVAILABLE for bid/proposal or contractual efforts. This RFI/sources sought does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP), and it should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. The US Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. Market Survey information or clarification questions may be submitted to the Point of Contact any time prior to the expiration of this announcement. The Point of Contact for this effort is Terry Jenkins, e-mail: terry.jenkins2@navy.mil or Telephone: 812-854-3627. The mailing address is: NAVSURFWARCENDIV Crane, attention Terry Jenkins, Code 0241 Bldg. 121, 300 Highway 361, Crane, IN 47522-5001. If any part of the Contractor submittal is classified, please contact the POC for appropriate submission information. All information marked as proprietary information will be safeguarded to prevent unauthorized disclosures. Your interest in the response is appreciated.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016417SNB85/listing.html)
 
Record
SN04480303-W 20170422/170421000150-4be3a16d30ec0ddef42ff0f8b840f1ed (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.