SOLICITATION NOTICE
13 -- WDU-17A/B Warhead
- Notice Date
- 3/28/2018
- Notice Type
- Presolicitation
- NAICS
- 332993
— Ammunition (except Small Arms) Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division, 429 E. Bowen Rd. Stop 4015 - CL, 575 'I' Ave, Bldg 36, Ste 1116 - PM, China Lake/Pt Mugu, California, 93555-6108, United States
- ZIP Code
- 93555-6108
- Solicitation Number
- N6893618R0031
- Archive Date
- 3/3/2019
- Point of Contact
- Christopher Purvis, Phone: (760) 939-3250, Sierra L Trepanier, Phone: (760) 939-8958
- E-Mail Address
-
christopher.a.purvis@navy.mil, sierra.trepanier@navy.mil
(christopher.a.purvis@navy.mil, sierra.trepanier@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Air Warfare Center Weapons Division (NAWCWD) Contracts Department (254200D), China Lake, CA intends to award a sole source contract to Ensign-Bickford Aerospace & Defense Company (EBAD) for the qualification and integration of the WDU-17A/B warhead into the AIM-9X-2/-3. Using another vendor would result in a substantial duplication of cost to the Government that is not expected to be recovered through competition (See FAR 6.302-1(2)(ii)(A) and 10 U.S.C. 2304(d)(1)). The Contractor will support peer review of the WDU-17A/B manufacturing processes and Navy Munitions Document (NMD) development. The Contractor will be responsible for the procurement of warheads using the Government-developed WDU-17A/B Technical Data Package (TDP) to support Government-conducted qualification efforts. The warheads will be fabricated using production representative material, supply chain, documentation, process control, and quality control methods. This notice of intent is not a request for competitive proposals; however, any firm believing it can fulfill the requirement identified above may submit a written response to be received at the Contracting Office no later than 15 days after the date of publication of this notice, which shall be considered by the agency. The written response shall reference solicitation number N68936-18-R-0031 and provide a capability statement that clearly indicates the firm's experience, assets, background, and ability to perform the required work without compromising the quality, accuracy, reliability, and schedule. The solicitation or Request for Proposal (RFP) will be posted on the FEDBIZOPPS website at http://www.fbo.gov/ on or about April 2018. All responsible sources must be registered in the System for Award Management (SAM) database at the following website: https://www.sam.gov/portal/public/SAM/. Written responses shall be submitted by e-mail to the point(s) of contact listed below or mailed to the Contracting Office Address listed below no later than 15 days from this notice date. Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access Controlled Unclassified Information within FBO. See the DLIS website for registration details: https://public.logisticsinformationservice.dla.mil/jcp/search.aspx
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/dce289c02794e2b53658878ada99359e)
- Record
- SN04870313-W 20180330/180328231823-dce289c02794e2b53658878ada99359e (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 |