SOLICITATION NOTICE
12 -- FY 19 AEGIS Modernization (AMOD) and New Construction Requirements
- Notice Date
- 3/1/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- 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-5118
- Archive Date
- 3/31/2018
- Point of Contact
- Stephanie Gerow, Phone: 2027812390
- E-Mail Address
-
stephanie.gerow@navy.mil
(stephanie.gerow@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Sea Systems Command (NAVSEA) intends to utilize other than full and open competition to contract with Lockheed Martin Rotary and Mission Systems (Lockheed Martin RMS) in Moorestown, New Jersey, for the procurement and cabinet level testing of fiscal year 2019 (FY 19) AEGIS Weapon System (AWS) Modernization (AMOD) and New Construction requirements for the AEGIS Fleet, Ballistic Missile Defense Baseline (BMD) 4.0.2 equipment suites, Mutli-Mission Signal Processors (MMSPs), MK 6 Mod 0 AEGIS AMOD Upgrade (AAU) equipment, Baseline 5.1 Warhead Data Recording Cabinets (WDRCs), and Electronic Equipment Fluid Coolers (EEFCs). The contract for FY 2019 requirement will be awarded as a modification to N00024-14-C-5106 and contract award will occur in FY 2019 in order to support AEGIS Fleet availabilities starting in FY 2021. The anticipated contract action will provide for the production, test at the Production Test Facility (PTF), and delivery of the following shipsets of equipment: two (2) MMSPs, up to eight (8) MK 6 AAU ship sets, up to eight (8) WDRCs, up to six (6) EEFCs, and AEGIS spares. There exists a strong probability that equipment earmarked for specific DDGs may change as ship schedules and availabilities change. Lockheed Martin RMS is the prime contractor for EEFC, WDRC, MMSP and BMD 4.0.2 development efforts, as well as the prime contractor for AWS Production. Accordingly, the AMOD and New Construction requirements described in this notice will be procured from Lockheed Martin RMS on a sole source basis under the authority of 10 U.S.C. 2304(1). Lockheed Martin RMS is the only known source possessing the requisite knowledge and ability to meet the Navy's technical requirements with the schedule for implementing FY 2019 AMOD capability requirements. This announcement is published for informational purposes only. Companies interested in subcontrating opportunities should contact Lockheed Martin directly. Notice: The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. This notice of intent is not a request for competitive proposals. However, all proposals received within fifteen days after date of publication of this proposed contract based upon responses to this notice is soley within the discretion of the Government. Information received will normally be considered soley for the purpose of determining wheather to conduct a competitive procurement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-18-R-5118/listing.html)
- Record
- SN04839629-W 20180303/180301231344-7db9142a3678991c9fe3ca189d0bfcdd (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 |