Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 16, 2015 FBO #5045
SOLICITATION NOTICE

58 -- AN/AAQ Target Sight System (TSS) Interim Sustainment Support and Contractor Support Services

Notice Date
9/14/2015
 
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
N0016415RJQ87
 
Archive Date
12/21/2015
 
Point of Contact
Candy Owen,
 
E-Mail Address
candy.owen.ctr@navy.mil
(candy.owen.ctr@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
N00164-15-R-JQ87 - AN/AAQ Target Sight System (TSS) Interim Sustainment Support and Contractor Support Services - FSC 5855 - NAICS 334511 Anticipated Issue Date: 17 September 2015 - Anticipated Closing Date: 04 November 2015 - 2:00 PM EST This requirement is for Interim Sustainment Support (ISS) and Contractor Support Services (CSS) for the AN/AAQ Target Sight System (TSS). The TSS is a night vision system to the AH-1Z helicopter. The specific ISS and CSS requirements are depot level repairs, spares and repair parts, functional test equipment and associated maintenance, organizational and intermediate-level consumables, training, technical publication support and updates, manufacturing and productivity improvement actions, organic depot design and specification, execution of engineering change orders, and technical services for system installation, integration and qualification, ground and flight test support, software/firmware, analyses and studies related to performance or safety, integrated logistics planning and support, and technical field support required by the TSS. This four (4) year Basic Ordering Agreement (BOA) will be sole sourced to Lockheed Martin Corporation (LMC), 5600 West Sand Lake Road, Orlando, Florida in accordance with the authority 10 U.S.C. 2304(C)(1) and implemented by FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. As the sole designer, developer and manufacturer of the TSS, LMC, is the only source that currently possesses sufficient requisite knowledge, engineering expertise, aircraft integration information, and technical data required to perform these efforts. No other source has the technical qualification and necessary resources to perform the work described herein, nor will any other supplies or services satisfy the Government's requirements. This four (4) year effort will not exceed $109,200,000.00. The delivery terms for this acquisition will be specified in each individual order. Inspection and Acceptance will be specified in each individual order. To be eligible for award, contractors must be properly registered in the System for Award Management (SAM). Information on SAM registration and annual confirmation requirements by calling 866-606-8220, or via the Internet at https://sam.gov. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one responsible source under the statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1. Since this is sole source procurement, a solicitation will not be posted to the internet. Responsible sources may submit a capability statement, proposal, or quotation which will be considered by the agency. This notice of intent is not a request for competitive proposals. 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. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award. The POC at NSWC Crane is Ms. Candy Owen, Code 0231 at telephone 812-854-8143, Fax 812-854-5066 or e-mail: candy.owen@navy.mil. The mailing address is: Ms. Candy Owen, Code 0231, Bldg. 3373, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane, IN 47522-5001 Please refer to the announcement number in all correspondence and communications.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016415RJQ87/listing.html)
 
Record
SN03885418-W 20150916/150915000329-6d27d81eefd059b38b5cc5afdb143ab4 (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.