Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2012 FBO #3851
SOLICITATION NOTICE

14 -- FY13-FY14 STANDARD MISSILE-6 (SM-6) BLOCK I AND STANDARD MISSILE-2 (SM-2) BLOCK IIIA/IIIB PRODUCTION MISSILE REQUIREMENTS

Notice Date
6/8/2012
 
Notice Type
Presolicitation
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
N00024 NAVAL SEA SYSTEMS COMMAND, DC 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC
 
ZIP Code
00000
 
Solicitation Number
N0002412R5407
 
Response Due
6/29/2012
 
Archive Date
9/30/2012
 
Point of Contact
Kate Robb (401) 619-0481 Contract Specialist
 
E-Mail Address
619-0481<br
 
Small Business Set-Aside
N/A
 
Description
The Naval Sea Systems Command intends to award FY13-14 STANDARD Missile-6 (SM-6) Block I and STANDARD Missile-2 (SM-2) Block IIIA/IIIB requirements on a sole source basis to Raytheon Company, 1151 East Hermans Road, Tucson, Arizona 85706. The requirement consists of SM-6 Block I and SM-2 Block IIIA/IIIB missiles, spare components and sections, telemeters/installation kits, replenishment spares, and shipping containers, as well as SM-6 Block I instrumentation kits. Foreign Military Sale (FMS) items include SM-2 Block IIIA/IIIB missiles, shipping containers, and spare components and sections. The Government intends to procure the missiles as AURs, which include all major SM-6 Block I components (guidance section, power control and telemetry section, steering control section, rocket motor, fuze booster, fin set, target detecting device, and thrust vector assembly) and SM-2 Block IIIA/IIIB components (safe and arm device, warhead, rocket motor, fuze booster, and target detecting device) required for AUR missile configuration. Additionally, this procurement will include level-of-effort (LOE) design agent engineering and technical services. Raytheon is the only company with the requisite expertise, knowledge, experience and facilities necessary to meet requirements for the STANDARD Missile program. Companies interested in subcontracting opportunities should contact Raytheon Company directly. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. 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 proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the government. A determination by the Government not to compete this proposed contract 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. This synopsis is being posted to both the Federal Business Opportunities (FBO) webpage located at http://www.fbo.gov/ and the Navy Electronic Commerce on Line (NECO) webpage located at https://www.neco.navy.mil. While FBO is the single Government point-of-entry (GPE) for the posting of synopses and solicitations to the internet, NECO is the alternative in the event FBO is unavailable. Please feel free to use either site to access information posted by the Naval Sea Systems Command.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002412R5407/listing.html)
 
Place of Performance
Address: 1151 East Hermans Road, Tucson, AZ
Zip Code: 85706
 
Record
SN02771250-W 20120610/120608235955-26359794b55780a65a7c8904d315815c (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.