Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 14, 2017 FBO #5865
SOLICITATION NOTICE

58 -- SOLE SOURCE - REPAIRS, SPARES, AND ENGINEERING SUPPORT SERVICES

Notice Date
12/12/2017
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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
N0016418RJV25
 
Archive Date
5/7/2018
 
Point of Contact
Allyson Housley,
 
E-Mail Address
allyson.housley@navy.mil
(allyson.housley@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
N00164-18-R-JV25 - SOLE SOURCE - REPAIRS, SPARES, AND ENGINEERING SUPPORT SERVICES - FSC 5895 - NAICS 334511 Anticipated Issue Date: 15 FEB 2018 - Anticipated Closing Date: 23 MAR 2018 - 2:00 PM EST A Solicitation will NOT be posted to Fed Biz Opps due to its sole source nature. The draft agreement will be issued directly to Intelligent RF Solutions on 15 February 2018. SOLE SOURCE PROCUREMENT - Naval Surface Warfare Center (NSWC) Crane has a requirement to award a five-year Basic Ordering Agreement (BOA) to iRF for Common Chassis Dual Down Converter Card Part Numbers iDC-6810, iDC-6830, iDC-6850, and their configurations, to support of the Persistent Maritime Unmanned Aircraft Systems (MRPA), Submarine Sensor Systems Program (PMUAS), and Naval Underwater Warfare System (NUWC). This requirement includes Repair, Rework and Maintenance, Spares and Replenishment, Engineering Support Services, Research and Development, Test and Evaluation, Redesign and Modification, Depot Piece-Part Lay-ins, Training, Data Collection, Logistics Support Services, and Travel (as required) to support Part Numbers/Configurations. The part numbers above include the individual SRAs, Support Equipment, Special Tools and Tooling, Packaging and Handling equipment, test equipment and applicable system software/firmware. Job Orders shall be within scope, issued within ordering period, and be within the maximum total dollar value of approximately $12,250,000 over a five-year period. Each Job Order will be synopsized. The proposed Agreement is for the supplies and services for which the Government intends to solicit and negotiate with one source, Intelligent RF Solutions (iRF), LLC, 14600 York Rd Ste B, Sparks, Maryland, 21152-9396 under authority of FAR 6.302-1 (statutory authority 10 U.S.C. 2304(c)(1)), Only One Responsible Source. The basis for restricting competition is the lack of software documentation, test fixtures/stations and technical data including quality/performance acceptance test procedures prohibit any other source from directly manufacturing Part Numbers iDC-6810, iDC-6830, and iDC-6850 in performing the required engineering support and repair actions. Duplicative cost and delay are comprised from the cost to procure, re-tool, reverse engineer, generate acceptance test procedures, perform first article testing, acquire flight certification, underway for sub-surface platforms, and perform stress analysis, which would take a minimum of three to five years for development, production, and verification. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. However, a determination by the Government not to compete this proposed action based upon responses to this draft agreement 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. Companies interested in subcontracting opportunities should contact iRF directly. Contractors must be properly registered in the System for Award Management (SAM). Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220 or via the internet at https://www.sam.gov. The anticipated Agreement award date is Fourth Quarter Fiscal Year Eighteen (18). A Solicitation will NOT be posted to Fed Biz Opps due to the sole source nature of the action. The draft Agreement will be issued directly to IRF by 15 February 2018. The point of contact at NSWC Crane is Ms. Allyson Housley, Code 0233, e-mail: allyson.housley@navy.mil. Reference the above number when responding to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016418RJV25/listing.html)
 
Record
SN04764885-W 20171214/171212231535-e34e87b9ff97298522f4e3ab0665520c (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.