SOLICITATION NOTICE
12 -- FY20-23 AEGIS Production Follow-On Synopsis
- Notice Date
- 9/20/2018
- Notice Type
- Presolicitation
- 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
- N00024-19-R-5100
- Archive Date
- 10/20/2018
- Point of Contact
- Akansha Anand, Phone: 2027813837, Stephanie Gerow, Phone: 2027812390
- E-Mail Address
-
akansha.anand@navy.mil, stephanie.gerow@navy.mil
(akansha.anand@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 FY 20-23 AEGIS Weapon System (AWS) AN/SPY Radar Systems production program for AEGIS Modernization (AMOD), Ship Construction, Navy (SCN), Foreign Military Sales (FMS), and AEGIS Land Based Test Sites (LBTS). The requirements include the production and testing of the Multi-Mission Signal Processor (MMSP) capability, Kill Assessment System (KAS) 5.1, AEGIS Linear Processing System (ALPS), Electronic Equipment Fluid Cooler (EEFC), AEGIS Combat System Support Equipment (ACSSE), AEGIS spares, engineering services, incidental materials, Other Direct Costs (ODCs), and coordinating and conducting testing at the Production Test Facility (PTF) for backfit and new construction ships. Lockheed Martin RMS is the prime contractor for EEFC, WDRC, MMSP, KAS 5.1 and ALPS development efforts, as well as the prime contractor for AWS Production. Accordingly, the FY 20-23 AEGIS Production follow-on 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 and challenging AMOD and SCN shipyard schedules for implementing the FY 20-23 AEGIS Production follow-on requirements. This announcement is published for informational purposes only. Companies interested in subcontrating opportunities should contact Lockheed Martin RMS 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/N00024-19-R-5100/listing.html)
- Place of Performance
- Address: 199 BORTON LANDING RD, MOORESTOWN, New Jersey, 08057, United States
- Zip Code: 08057
- Record
- SN05099778-W 20180922/180920231659-ecd66039dbe85346158694ff32b929f8 (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 |