MODIFICATION
49 -- Composite Repair Set ECP
- Notice Date
- 2/22/2018
- Notice Type
- Modification/Amendment
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
- ZIP Code
- 08733-5083
- Solicitation Number
- N68335-17-R-0428
- Archive Date
- 3/13/2018
- Point of Contact
- John Murtagh, , Alan McCarty,
- E-Mail Address
-
john.c.muragh@navy.mil, alan.mccarty@navy.mil
(john.c.muragh@navy.mil, alan.mccarty@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Air Warfare Center Aircraft Division Lakehurst, NJ (NAWCADLKE) intends to award a fixed price contract for 200 modification kits in order to upgrade current Composite Repair Sets (CRS) from P/N HCS9200N-01/ NIIN 01-528-7446, to P/N HCS9200N-02.5/ NIIN 01-624-6759 on a sole source basis with Heatcon Composite Systems, Seattle, WA. This effort includes NRE for qualification and verification (functional, software, environmental), and logistics updates. Heatcon is the original designer, developer and manufacturer of the CRS and is the only source with the requisite knowledge, experience and technical expertise to develop and deliver a modification kit to address the obsolescent parts in the unit. Based on the Government's lack of rights to the technical data needed to support a competition, it is likely that award to any other source will result in unacceptable delays in fulfilling the agency's requirement. The CRS is currently in the Operations and Support phase of the acquisition life cycle and has been used by the fleet since 2005. The original contact was awarded to Heatcon through a Full and Open Competition under contract N68335-04-D-0009. Since 2005, Heatcon has produced and delivered CRS to the Fleet on a sole source basis. The Government estimates that it would take approximately 1.5 to 2 years for another source to create a technical data package and to qualify that vendor. To field the new equipment would take a minimum 2.5 years, consisting of two years to go through technical reviews, verification, and validation to get to a production decision, and then another 6 months to a year to reach an IOC. The significant cost to field new units along with additional impact to schedule would put risk to operational readiness. Additional cost would significantly impact several areas including additional contractor NRE, contractor ILS efforts, and additional government workload for efforts ranging from technical reviews, testing, and oversight. In addition to the recurring costs, there would be additional costs in procuring each of the 200 units as a new system. As a result of these facts, Heatcon is the only responsible source capable of providing the supplies and/or services to satisfy US Navy requirements within the scheduled timeframe and budget. NAWCADLKE intends to award this contract under the authority of 10 USC 2304 (C)(1), as implemented in FAR 6.302-1. Interested firms may identify their interest and capability to respond to the requirement. This notice of intent is not a request for competitive proposals; however, the Government will consider all responses received to this notice. A determination by the Government not to open the requirement to competition based upon the responses to this notice is solely within the discretion of the Government. Information received as a result of the notice of intent will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. No solicitation will be available for this procurement. Contracting Office Address: Contracts Department Hwy. 547 Attn: B562-3C Lakehurst, New Jersey 08733-5083
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-17-R-0428/listing.html)
- Place of Performance
- Address: JB MDL, NJ 08733, United States
- Zip Code: 08733
- Record
- SN04831994-W 20180224/180222232205-9dd11eac0bb82243348253794e557ea1 (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 |