SOLICITATION NOTICE
14 -- JSOW Seeker Non-Volatile Memory Erase – Post Launch engineering change proposal AND refurbish an existing JSOW support JSOW C-1 operational testing
- Notice Date
- 3/6/2012
- 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
- JSOW_Memory_Erase_and_Refurbishment_of_JSOW_for_OT
- Archive Date
- 4/6/2012
- Point of Contact
- Christine Sager, Phone: 7323231600, Veronica T Quintero, Phone: (301) 757-4160
- E-Mail Address
-
christine.sager@navy.mil, veronica.quintero@navy.mil
(christine.sager@navy.mil, veronica.quintero@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Air Systems Command (NAVAIR) intends to enter into sole source negotiations and subsequently award two Cost Plus Fixed Fee (CPFF) delivery orders to Raytheon Company under Basic Ordering Agreement (BOA) N00019-10-G-0006. The first order is for an AGM 154C-1 Joint Standoff Weapon (JSOW) Seeker Non-Volatile Memory Erase - Post Launch engineering change proposal (ECP). The second order is for supplies and services to refurbish an existing JSOW Block III (C-1) Moving Relocatable Target (MRT) asset under Delivery Order 2002 (CLIN 0001) to support JSOW C-1 operational testing. THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. These acquisitions are being pursued on a sole source basis under the statutory authority of 10 U.S.C. 2304(C)(1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. A determination by the Government not to compete these efforts is solely within the discretion of the Government. GENERAL INFORMATION: The JSOW weapon incorporates unique hardware and software design elements that cannot be satisfied by commercial off-the-shelf components. Raytheon Company has the knowledge, experience, and access to the technical data necessary to fulfill the Government's need and meet its scheduled requirements. Subcontracting opportunities may be available and should be sought with Raytheon Company at the following address: Raytheon Company, Missile Systems, PO Box 11337, Tucson, AZ 85734-1337. A prerequisite for receiving contract award will be registration in the Department of Defense's (DoD) Central Contractor Registration (CCR) database. For CCR information, contact the CCR Registration Assistance Center (RAC) at 888-227-2423 or for CCR Registration at http://www.ccr.dlis.dla.mil. This synopsis does not constitute a solicitation and shall not be construed as a commitment by the Government. The Government is under no obligation to award a contract as a result of this announcement. The Government is not responsible for any costs incurred and/or money expended by interested parties before award of a contract for the effort described above. Information provided herein is subject to change.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/JSOW_Memory_Erase_and_Refurbishment_of_JSOW_for_OT/listing.html)
- Place of Performance
- Address: Contractor’s Facility (FOB Origin), United States
- Record
- SN02689638-W 20120308/120307115754-0c7880f990f646c7dd36f17b61d99e63 (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 |