SOURCES SOUGHT
10 -- MK 46 OSS/MK 20 EOSS
- Notice Date
- 1/17/2018
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NAVSEA HQ, SEA 02, 1333 Isaac Hull Avenue SE, Washington Navy Yard, District of Columbia, 20376, United States
- ZIP Code
- 20376
- Solicitation Number
- N00024-18-R-5307
- Archive Date
- 2/16/2018
- Point of Contact
- Matthew A. Gilliard, Phone: 2027812808, John McCabe, Phone: 2027813462
- E-Mail Address
-
matthew.gilliard@navy.mil, john.t.mccabe@navy.mil
(matthew.gilliard@navy.mil, john.t.mccabe@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a sources sought notice for information and acquisition planning purposes. The proposed contract action is for production of the MK 46 Optical Sensor System (OSS) and the MK 20 Electro-Optical Sensor System (EOSS) for which the Government intends to solicit and negotiate with only one responsible source under the authority of 10 U.S.C. 2304 (c)(1). Interested parties may identify their interest and capability to respond to the requirement in response to this notice through a capability statement. This Sources Sought notice is not a request for competitive proposals. However, all information received shall be considered by the Government. A determination by the Government to compete this proposed procurement will not be 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. L-3 Kollmorgen Electro-Optical (L-3 KEO) is the sole producer of the MK 46 OSS and the MK 20 EOSS. This production contract will include the manufacture of the conduct Retrofit, Repair, Refurbish and Upgrade to include spares, technical engineering, support services; logistics support needs and refurbishment of 2J Cog assets to fulfill the needs of the U.S. Navy Fleet, Regional Maintenance Centers (RMC), Program Executive Offices (PEOs), the United States Coast Guard and various FMS countries. L-3 KEO is the only known responsible source with the requisite resources, knowledge, capability and experience to satisfy the engineering design, development, and interface requirements of the United States Coast Guard (USCG) and various FMS countries. This is not a request for proposal (RFP) and a formal solicitation is not available at this time. This notice does not constitute a commitment by the Government to issue an RFP, contract or order. The Government will not pay for any effort expended or any material provided in response to this announcement, nor will the Government return any data provided. Interested vendors should submit a capability statement (not to exceed five pages) that demonstrates their capability to provide the supplies and to perform the services described herein. The capability statement shall include: •§ Company name •§ Address •§ Business size (small, small disadvantaged, 8(a), women-owned, HUBZone, veteran-owned, or service-disabled veteran-owned) [more than one category may be selected as applicable] •§ Point of contact (POC) information for the interested firm •§ Company's technical capabilities •§ If your company has an approved Quality Management System (in accordance with NAVSEA Standard 009-04). The capability statement should also identify, by contract number, past or current contracts and/or subcontracts that were awarded to your firm, period of performance, contract type, contract amount, a description of the relevant corporate experience gained, and a point of contact for the customer/recipient of the work performed. The Government will evaluate each respondent's capability statement to determine if the respondent has the requisite experience to complete the requirements described herein. No telephone inquiries will be accepted. The Government does not commit to providing a response to any comment or questions. No basis for a claim against the Government shall arise as a result of this announcement. Responses should be received no later than 01 February 2018. All responses should be forwarded to Matthew Gilliard, email: matthew.gilliard@navy.mil, and John McCabe, email: john.t.mccabe@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-18-R-5307/listing.html)
- Place of Performance
- Address: Naval Sea Systems Command, Washington, District of Columbia, 20376, United States
- Zip Code: 20376
- Zip Code: 20376
- Record
- SN04791854-W 20180119/180117231247-acbf2cc4a0b388261fe60ccd676f0338 (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 |