Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 08, 2018 FBO #6194
SOLICITATION NOTICE

14 -- AN/AWW-13 POD "I" Level Manual and Factory Test Set Software Update and ECP Implementation

Notice Date
11/6/2018
 
Notice Type
Presolicitation
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00019-19-RFPREQ-PMA-201-0047
 
Archive Date
12/21/2018
 
Point of Contact
Samantha Goodyear, Phone: 3017572650, Jennifer Alvey, Phone: 301-757-8858
 
E-Mail Address
samantha.goodyear@navy.mil, jennifer.alvey@navy.mil
(samantha.goodyear@navy.mil, jennifer.alvey@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This Synopsis is for informational purposes only. The Naval Air Systems Command (NAVAIR) Precision Strike Weapons Program Office (PMA-201) intends to enter into sole source negotiations and subsequently award a Cost-Plus-Fixed-Fee Delivery Order to the Raytheon Company (Raytheon), against Basic Ordering Agreement (BOA) N00019-15-G-0003. Contract award is anticipated for the 2nd quarter of calendar year 2019 for a Period of Performance of 12 months. This effort is to provide support to update the AN/AWW-13 Pod Intermediate Level (“I” Level) Maintenance Manual (NAVAIR 16-30AWW13-1) and Factory Test Set Software, along with associated documentation, associated with the Stand-Off Land Attack Missile Expanded Response (SLAM-ER) frequency vacate effort. This notice is not a request for competitive proposals. This effort is being pursued on a sole source basis under the statutory authority of 10 U.S.C. 2304 (c)(1) as implemented by Federal Acquisition Regulation (FAR) Subpart 6.302-1, only one responsible source and no other services will satisfy agency requirements. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Unless stated herein, no additional information is available. Requests for the same will be disregarded. A determination by the Government not to compete this effort is solely within the discretion of the Government. The Raytheon Company is the sole designer, developer, manufacturer and integrator of the AN/AWW-13 Data Link Pod. Raytheon alone has the experience, special skills, proprietary technical documentation, software/algorithms required to furnish the services with the required timeframe. Accordingly, Raytheon is the only known qualified, responsible source that can fulfill the requirements specified herein. Subcontracting opportunities may be available and should be sought with Raytheon at the following address: Raytheon Company, 6125 East 21 st Street, Indianapolis, IN 46219-2058. There is no commitment by the Government to issue a solicitation, make an award or awards, or be responsible for any money expended by interested parties before award of a contract for the effort described above. Information provided herein is subject to change and in no way binds the Government to solicit for or award a contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00019-19-RFPREQ-PMA-201-0047/listing.html)
 
Place of Performance
Address: 6125 East 21st Street, Indianapolis, Indiana, 46219, United States
Zip Code: 46219
 
Record
SN05144317-W 20181108/181106230846-225caef95b3938c10349b739203a7f08 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.