Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 23, 2017 FBO #5874
SOLICITATION NOTICE

14 -- MK 41 VLS mechanical, canister design/system engineering support, and ship/missile integration services

Notice Date
12/21/2017
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NAVSEA HQ, SEA 02, 1333 Isaac Hull Avenue SE, Washington Navy Yard, District of Columbia, 20376, United States
 
ZIP Code
20376
 
Solicitation Number
N00024-13-C-5325
 
Archive Date
1/20/2018
 
Point of Contact
Brandon M. Payne, Phone: 2027815036, Stephen Hughes, Phone: 2027814438
 
E-Mail Address
brandon.payne1@navy.mil, stephen.t.hughes@navy.mil
(brandon.payne1@navy.mil, stephen.t.hughes@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This solicitation is being posted to Federal Business Opportunities (FBO) page located at http://www.fbo.gov/. FBO is the single point of entry for posting of synopsis and solicitations to the internet. The Naval Sea Systems Command intends to award remaining work associated with MK 41 Vertical Launching System (VLS) mechanical and canister design, system engineering, and ship/missile integration services thru early FY 2019 on a sole source basis by modifying the current contract, N00024-13-C-5325, awarded to BAE Systems, Land & Armaments. BAE Systems, Land & Armaments is the only firm with the requisite expertise, knowledge, experience, and facilities necessary for the MK 41 VLS multi-discipline engineering, logistics, and management services for new missile integration. The requirements consist of the need to support MK 41 VLS design agent engineering services and integration/ qualification hardware supporting Ballistic Missile Defense (BMD) SM-3 Block IIA (MK 29 Mod 0) Lightweight Canister ancillary material (e.g. mandrels, composites, resin, carbon fiber, etc) material ordering requirements and associated 2nd source qualification efforts.to support Low Rate Initial Production (LRIP) as part of the Standard Missile (SM)-3 Block IIA Cooperative Development Program (SCD) between the U.S. Department of Defense and the Government of Japan, Aegis Modernization (CG/DDG) Alteration Team Installations (AIT), New construction shipbuilding program Installation and Checkout (INCO), Aegis Ashore Host Nation INCO, USN and Allied Navy ship/missile integration services, and Canister depot support. The requirements consist of the MK 41 VLS canister design, launcher integration into new ship classes, system product improvements, producibility enhancements, reliability enhancements, failure investigations, fleet support services, and ancillary material in support of said services. BAE Systems, Land & Armaments is the current prime contractor for producing the MK 41 VLS mechanical and canister design, system engineering, and ship/missile integration services and companies interested in subcontracting opportunities should contact BAE Systems, Land & Armaments directly. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. 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 responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency (Navy) if received within thirty days after date of publication of this synopsis. Any submissions will not be reimbursed by the Government - the entire cost of any submission will be at the sole expense of the source submitting the information. A determination by the Government not to compete with this proposed contract modification based upon responses 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/NAVSEA/NAVSEAHQ/N00024-13-C-5325/listing.html)
 
Place of Performance
Address: 4800 E River Rd., Minneapolis, Minnesota, 55421, United States
Zip Code: 55421
 
Record
SN04774231-W 20171223/171221231633-1be73d56db6c0d4745755b777ca4a985 (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.