Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2019 FBO #6507
SOLICITATION NOTICE

16 -- SOLE SOURCE - BRIEF DESCRIPTION OF ACTION - SUPPLIES AND SERVICES TO SUPPORT THE TURRENT DEPLOYMENT DRIVE SYSTEM (TDDS) REPAIR-

Notice Date
9/17/2019
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment 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
N0016420RWS49
 
Archive Date
11/13/2019
 
Point of Contact
Theresa Jones,
 
E-Mail Address
theresa.a.jones2@navy.mil
(theresa.a.jones2@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
N0016420RWS49 - SOLE SOURCE - BRIEF DESCRIPTION OF ACTION - SUPPLIES AND SERVICES TO SUPPORT THE TURRENT DEPLOYMENT DRIVE SYSTEM (TDDS) REPAIR-FSC 1680 - NAICS 336413 Synopsis: Issue Date: 17 SEPT 2019 - Closing Date: 02 OCT 2019 - 3:00 PM Eastern Time Solicitation: Issue Date: 03 OCT 2019 - Closing Date: 02 NOV 2019-3:00 PM Eastern Time ITEM DESCRIPTION- Naval Surface Warfare Center (NSWC) Crane has a requirement for Lay-In Spares and Engineering/Logistics Support, & Site Visits to support the (TDDS), on behalf of the NSWC Crane Division Airborne Electronic Attack (AEA) Fleet Support Team (FST). The Naval Surface Warfare Center, Crane Division located at Naval Support Activity, Crane, IN intends to award a sole source contract to the original equipment manufacturer of the (TDDS). Beaver Aerospace & Defense Incorporated, 11850 Mayfield Street, Livonia, MI 48150-1708. This effort will be conducted on a sole source basis in accordance with the statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1. The basis for restricting competition to Beaver Aerospace & Defense Incorporated, is that it would result in substantial duplication of costs to the Government that is not expected to be recovered through competition. Awarding these requirements to another source would also create unacceptable delays in fulfilling the agency's requirements. Performance of these requirements by a source other than Beaver Aerospace would require development and reproduction of a new system, which would in turn would require new and additional laboratory, ground, and flight testing and qualification from component level through full-up P-8A weapons system performance, resulting in extensive additional costs and delays. FOR SOLE SOURCE PROCUREMENT- The proposed contract action is for the supplies or services for which the Government intends to solicit and negotiate with one source, (Beaver Aerospace, 11850 Mayfield, Livonia, MI 48150-1708 ), under the authority of FAR 6.302-1(a)(2) (ii). This is being sole sourced because only one source will satisfy the requirement. All responsible sources may submit a capability statement, which shall be considered by the agency. However, a determination by the Government not to compete with this proposed contract based upon responses to this solicitation is solely within the discretion of the Government. Information received will normally be considered solely for determining whether to conduct a competitive procurement. No solicitation will be posted to FedBizOpps. 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. CCH 53.5-1 (NOV 2017) Controlled Document - When printed, this is an uncontrolled document. Contractors must be properly registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) in order to receive the controlled attachments. 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. Information about the JCP is located at https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx. Questions or inquiries should be directed to Theresa Jones, Code 0242, telephone 812-854-4338, e-mail theresa.a.jones2@navy.mil. Please reference the above solicitation number when responding to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016420RWS49/listing.html)
 
Record
SN05447644-W 20190919/190917231029-6b21e233cdaf4cc9e15c53cf65e06e83 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.