Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 20, 2017 FBO #5871
SOLICITATION NOTICE

70 -- E-2D Mission Computer Obsolescence Kit Spares

Notice Date
12/18/2017
 
Notice Type
Presolicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
N61340 Naval Air Warfare Center Training Systems Division 12350 Research Parkway Orlando, FL
 
ZIP Code
00000
 
Solicitation Number
N6134018R0042
 
Response Due
1/2/2018
 
Archive Date
1/22/2018
 
Point of Contact
Romy Roman-Conway 4073804049 Romy Roman-Conway, Contract Specialist, 407-380-4049; Ricardo Elias, Procuring Contracting Officer, 407-380-4101.
 
E-Mail Address
POC email address
(romy.roman-conway@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Warfare Center Training Systems Division (NAWCTSD) intends to negotiate, on a sole source basis, a contract for the procurement of Mission Computer Obsolescence Kit Spares as itemized below to support the E-2D Tactics devices: Part Number H362981-920 in a quantity of four (4). Each kit contains the following components: ITEM DESCRIPTION QTY PART NUMBER Server and Bracket Assembly 1 H363400-2 Environmental Controller Assembly 1H363015-7 Resolver/Link 11 Assembly 1H363018-5 MOD SBC Assembly ID and UID Label 1 H428699-7 Fiber/1553 Assembly 1H363017-3 Arinc/188 Assembly 1H363020-3 Scan Converter Assembly 1H363025-3 Digital Video Processor Assy and DVI/ 4H363022-3 USB Cables The contract is planned for Raytheon (cage code 70SQ8) of Marlborough, MA under the statutory authority of 10 U.S.C. 2304 (c) (1) as implemented by Federal Acquisition Regulation (FAR) 6.302-1, śOnly one responsible source and no other supplies or services will satisfy agency requirements. ť Raytheon is the only source with the requisite knowledge, experience, and technical expertise to provide this part, since Raytheon is the original designer, developer, and manufacturer of the E-2D Mission Computer component parts. The anticipated award date is April 2018 with delivery 15 months after contract award. The anticipated contract value for this procurement is $1.05M total. Raytheon designed these spare parts to aircraft specifications and remains as the Original Equipment Manufacturer (OEM) who can meet the form, fit, function requirements necessary for timely delivery. Ongoing market research performed by the Government supports there does not exist a commercially available item or non-developmental item to satisfy the Government ™s requirement. Additionally, the Small Business Office concurred with the decision to sole source to the OEM (Raytheon). This notice is not a request for competitive proposals. It is a notice confirming the Government ™s intent to contract on a sole source basis with Raytheon. Interested sources are solicited to provide their written technical capabilities. Written response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. Interested sources must submit detailed written technical capabilities to deliver the E-2D Mission Computer kit spares to meet the needs of the Government. Detailed written capabilities must be submitted by email to Ms. Romy Roman-Conway (romy.roman-conway@navy.mil) in an electronic format that is compatible with Microsoft Office 2010 applications (MS Word), no later than 1 PM Eastern Standard Time (EST) on Tuesday, 02 January 2018. Verbal submissions via phone will not be honored. All information shall be furnished at no cost or obligation to the Government. Responses shall be limited to no more than TEN (10) pages. A determination by the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. This notice is not to be considered a request for quotations or proposals. No solicitation document is available. No contract will be awarded on the basis of offers received in response to this notice, but will be used to determine if a comparable source is available and more advantageous to the Government. If no written challenge to this synopsis is received, a justification and approval (J and A) for other than full and open competition in accordance with the statutory authority of 10 U.S.C. 2304 (c)(1) as implemented by Federal Acquisition Regulation (FAR) subpart 6.303 based on the rationale provided above will be initiated. If conducted as a sole source procurement, a separate synopsis will not follow. This synopsis will satisfy the intent of the requirements under FAR 5.201 and 5.204. In accordance with FAR 5.102(e), copies of the solicitation will be available upon request.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134018R0042/listing.html)
 
Place of Performance
Address: 31 Lewis Avenue, Binghamton, NY
Zip Code: 13905
 
Record
SN04769737-W 20171220/171218231040-d356b9c7367fa4643795406c20fb80d5 (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.