SPECIAL NOTICE
R -- ENGINEERING SERVICES AND SUPPLIES IN SUPPORT OF THE AEGIS WEAPONS SYSTEM (AWS), AN/SPY-1A/B/B(V)/D/D(V) RADARS AND ANCILLARY EQUIPMENT
- Notice Date
- 2/22/2016
- Notice Type
- Special Notice
- 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
- N0016416SNB45
- Archive Date
- 3/23/2016
- Point of Contact
- Dan Seaman, Phone: 812-854-8296
- E-Mail Address
-
andrew.seaman@navy.mil
(andrew.seaman@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- N00164-16-S-NB45 - REQUEST FOR INFORMATION / SOURCES SOUGHT - ENGINEERING SERVICES AND SUPPLIES IN SUPPORT OF THE AEGIS WEAPONS SYSTEM (AWS), AN/SPY-1A/B/B(V)/D/D(V) RADARS AND ANCILLARY EQUIPMENT- FSC R425 - NAICS 334511 Issue Date: 22 FEB 2016 - Closing Date: 08 MAR 2016 - 2:00 PM EDT REQUEST FOR INFORMATION (RFI) / SOURCES SOUGHT- As part of a market survey, the Government is issuing this RFI/sources sought announcement in accordance with (IAW) DFARS 205.205-71 for engineering services and supplies including replacement and upgraded system components, such as AWS and AN/SPY-1 processor components, engineering support for design changes to enhance capability and performance of the AWS, AN/SPY-1 processor and ancillary equipment, engineering analyses and trade studies to define a technology refresh or technology insert support, developing engineering change proposals to fielded systems for maintenance and obsolescence requirements, design and engineering upgrades for replacement of obsolete system components necessary for upgrading the AWS and AN/SPY system on new ships and ships modernization and providing the ships with new war-fighting capabilities consisting of both hardware and software upgrades. to support of the AWS, AN/SPY-1A/B/B(V)/D/D(V) radars, and ancillary equipment. Naval Surface Warfare Center, Crane Division, Crane, IN 47522 intends to award a sole source Basic Ordering Agreement (BOA) to the original equipment manufacturer (OEM) and intellectual property owner of the AN/SPY-1A/B/B(V)/D/D(V) radars and ancillary equipment, Lockheed Martin Mission Systems and Training (MST), Moorestown, New Jersey 08057-3054 (CAGE: 02769). This effort is anticipated to be conducted on a sole-source basis IAW the statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1. The basis for restricting competition is the anticipated substantial duplicative costs to the Government to qualify another manufacturer's product for shipboard use, which are not anticipated to be recouped through competition, and the anticipated unacceptable delays in fulfilling the agency requirements through any other source. The Government is seeking information from Contractors mitigating the sole-source basis cited above. Contractors with the capabilities and facilities to provide components that meet the Government's specifications for engineering services and supplies in support of the Aegis Weapons System (AWS), AN/SPY-1A/B/B(V)/D/D(V) radars and ancillary equipment may provide information to indicate their intent and capability. Responses should include availability, budgetary cost estimate, and lead time of the solution, as well as, whether a demonstration unit can be provided to expedite the Government decision-making process. While Contractors are not required to quote prices for any solutions proposed, the information will assist the Government in developing Business Case Analysis (BCA) supporting potential follow-on acquisition announcements to this RFI. If Contractors need additional Government requirements information in order to fully respond to this RFI, please contact the Government POC. All interested parties are encouraged to submit product literature, a white paper no longer than 5 pages, and/or other pertinent information, such as a description with performance parameters and a statement of current availability, summary of prior testing, test reports, and a budgetary estimate of test articles to mitigate the reason why the Government should not procure this effort on a sole-source basis as stated above, and/or identify other Government contracts with similar efforts for the Government's consideration. Responses to the RFI Sources Sought Market Survey shall include the following: Contractor's Name Street Address, City, State, Zip Code Business Size Point of Contact (POC) POC Telephone Announcement Number: N00164-16-S-NB45 The Government may contact RFI respondents to obtain clarification on the information submitted. Contractors must be properly registered in the Government System for Award Management database (SAM). Contractors may obtain information on SAM registration and annual confirmation of requirements by calling 1-866-606-8220, or via the internet at www.sam.gov. The technical data package may contain information that is export controlled. Only those companies that have completed DD Form 2345 and are certified under the Joint Certification Program (JCP) in an active status are authorized to receive export controlled information. Additional information is available at http://www.dlis.dla.mil/jcp/. At the current time, NO FUNDING IS AVAILABLE for bid/proposal or contractual efforts. This RFI/sources sought does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP), and it should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. The US Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. Market Survey information or clarification questions may be submitted to the Point of Contact any time prior to the expiration of this announcement. The Point of Contact for this effort is Mr. Dan Seaman, e-mail: andrew.seaman@navy.mil or Telephone: 812-854-8296. The mailing address is: NAVSURFWARCENDIV Crane, attention Dan Seaman, Code 0241 Bldg 121, 300 Highway 361, Crane, IN 47522-5001. If any part of the Contractor submittal is classified, please contact the POC for appropriate submission information. All information marked as proprietary information will be safeguarded to prevent unauthorized disclosures. Your interest in the response is appreciated.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016416SNB45/listing.html)
- Record
- SN04027116-W 20160224/160222234756-72347faaf2326d57f029940f66c5593e (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 |