Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2018 FBO #6076
SOLICITATION NOTICE

59 -- SOLE SOURCE- ENGINEERING SERVICES, REPAIRS, & TECHNICAL SUPPORT

Notice Date
7/11/2018
 
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
N0016418RJV32
 
Archive Date
9/13/2018
 
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-JV32 - SOLE SOURCE- ENGINEERING SERVICES, REPAIRS, & TECHNICAL SUPPORT - FSC 5999 - NAICS 334511 Anticipated Issue Date: 11 July 2018 - Anticipated Closing Date: 30 July 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 L3 Communications Integrated Systems L.p. on 12 October 2018. SOLE SOURCE PROCUREMENT - Naval Surface Warfare Center (NSWC) Crane has a requirement to execute a five-year Basic Ordering Agreement (BOA) to L3 Communications Integrated Systems L.p. for support of all program phases of the Joint Signal Processing (JSP) System including Part Numbers SK14-0126-4, 536441-38, 74201-003, and SMR-5550I-02 utilized in a Multi-Mission System in support of PMA-290 Maritime Patrol Reconnaissance Aircraft (MPRA). 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 during the ordering period, and be within the maximum total dollar value of approximately $13,500,000 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, L3 Communications Integrated Systems L.p., 10001 Jack Finney Blvd, Greenville, TX 75402. The basis for restricting competition is the lack of software documentation, test fixtures/stations and technical data including quality/performance acceptance test procedures which prohibit any other source from directly manufacturing Part Numbers SK14-0126-4, 536441-38, 74201-003, and SMR-5550I-02 or 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 L3 Communications Integrated Systems L.p. 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 First Quarter Fiscal Year Eighteen (19). A Solicitation will NOT be posted to Fed Biz Opps due to the sole source nature of the action. The point of contact at NSWC Crane is Ms. Allyson Housley, Code 0233, at telephone (812) 854-4058 or e-mail: Allyson.housley@navy.mil. The mailing address is: Ms. Allyson Housley, Code 0233, Bldg. 3373 Room 223C96, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane, IN 47522-5001. Reference the above number when responding to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016418RJV32 /listing.html)
 
Record
SN04987199-W 20180713/180711231103-0132a5373d080d94c902f80b9f0127bf (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.