Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 20, 2011 FBO #3617
SOLICITATION NOTICE

16 -- LITENING Generation 4 Targeting Pods, Upgrade Kits, Pod Repair Support (PRS) and Associated Supplies and Services

Notice Date
10/18/2011
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00019-12-P1-ZA009
 
Archive Date
11/17/2011
 
Point of Contact
Vicki W Dean, Phone: (301) 757-1263
 
E-Mail Address
vicki.dean@navy.mil
(vicki.dean@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Systems Command intends to issue an Indefinite Delivery Indefinite Quantity Contract on a sole-source basis to Northrop Grumman Corporation (NGC), Rolling Meadows, IL for the procurement of LITENING Pods (LPOD), related Weapons Repairable Assemblies (WRAs), spares, parts and services, support, repair, and upgrades to existing pods and for integration of the LPOD in the AV-8B Harrier (domestic and Allied), F/A-18 Hornet (domestic and FMS), EA-6B Prowler, and U.S. Air Force platforms. In addition, the contract will provide engineering, technical support, training, and technical data associated with the LPOD system. The expected ordering period for this contract will be from June 2013 to December 2015. The contract will provide for firm-fixed priced orders for the acquisition of: a) Change kits, engineering prototyping, and testing of the change kits to upgrade existing LPOD units and associated WRA units to the latest configuration; b) LPOD units: A maximum quantity of 400 LPODs/WRAs will be procured, or other such quantities as may be authorized and appropriated by Congress, as well as may be requested by Foreign Military Sales (FMS) and Joint Program Office (JPO) Allied Countries; c) Change kits to retrofit changes to existing spares required as a direct result of changes to LPOD; d) Change kits to retrofit changes to Naval Air Maintenance Trainers, Operational Flight Trainers, Weapon System Trainers, and other Training Equipment and devices as required as a direct result of changes to LPOD; e) Contractor installation of change kits; f) Technical manuals/directives, new or revised, to include changes resulting from approved Engineering Change Proposals (ECPs); g) Change kits, engineering prototyping, and testing of change kits to retrofit changes to support equipment (SE) required as a result of changes to LPOD; h) Logistics support analysis of new or modified parts installed as a result of change kits; i) Materials/services to repair, modify, and/or return to ready-for-issue condition LPODs and associated WRAs, which are returned to NG for repair; j) Technical data for the above items; k) On-site engineering and technical assistance to provide Pod Repair Support (PRS) for the LPOD; l) On-site training support; m) Spare and repair parts. Rafael Corporation's Missiles Division in Haifa, Israel is the sole designer, developer and manufacturer of the LPOD system and is the only manufacturer with the knowledge, experience, and technical data necessary to provide the required supplies and services. NGC is the sole United States distributor of the Rafael LPOD. As such, NGC is the only source able to provide the total system integration and sustainment support necessary to complete the required efforts, and perform the complex array of tasks for which they will have performance responsibility. The original AV-8 contract for LPOD was awarded on 21 April 2000 as a sole source to NGC through the USAF 647th Aeronautical Systems Squadron Indefinite Delivery Indefinite Quantity (IDIQ) contract. The award was based upon the unusual and compelling urgency (FAR 6.302-2(c)) to provide 9 LITENING II precision attack targeting pods to the USMC in support of Operation Southern Watch and the Yugoslavian conflict. The Government does not possess adequate data and/or the rights necessary to competitively award this requirement. Proprietary manufacturing data and drawings were not purchased during the LPOD development. LPODS are in use today in Afghanistan. Any delay will result in needed assets, repairs, and upgrades not being available in a timely manner to address Overseas Contingency Operations requirements. NGC is deemed to be the only source available because an award to a source other than the original would result in an unacceptable delay in fulfilling the Government's requirements. Going to another source would create a delay of approximately 5-6 years. PMA-257 estimates that it would take approximately 12 months to secure a contract vehicle to procure the necessary technical data rights, a minimum of 18 months to take the data rights and conduct a competition to fulfill targeting pod requirements and qualification and operational release by the various aircraft platform program offices would delay Fleet delivery of the required capability for actual operational use a minimum of an additional 24 months. FAR 6.302-1 Only One Responsible Source grants the Government the authority to award this requirement on a Sole Source basis. All responsible sources may submit a capability statement, proposal or quotation which shall be considered by NAVAIR. POC Contract Specialist, Vicki Dean (301) 757-1263; Contracting Officer, Gregory Lee (301) 757-5923/E-mail: vicki.dean@navy.mil or gregory.lee@navy.mil. For subcontracting opportunities, please contact Rodney Patrick (410) 765-5800, Voltaire Walker (410) 765-0306 or Marguerite Brooks (410) 765-4310 at Northrop Grumman. See Note 22.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-12-P1-ZA009/listing.html)
 
Place of Performance
Address: 600 Hicks Road, Rolling Meadows, Illinois, 60008, United States
Zip Code: 60008
 
Record
SN02609115-W 20111020/111018234253-99af1bd85c737dbcb530a3e699174a86 (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.