SPECIAL NOTICE
16 -- SOLE SOURCE � MX FAMILY OF SENSOR SYSTEMS REPAIR EVALUATIONS AND REPAIRS
- Notice Date
- 1/16/2020 1:24:52 PM
- Notice Type
- Special Notice
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- NSWC CRANE CRANE IN 47522 USA
- ZIP Code
- 47522
- Solicitation Number
- N0016419FJ251_P00003
- Response Due
- 1/31/2020 11:00:00 AM
- Archive Date
- 02/15/2020
- Point of Contact
- Cassie Shelton, Phone: 8128541557
- E-Mail Address
-
Cassie.Shelton@navy.mil
(Cassie.Shelton@navy.mil)
- Description
- N0016419FJ251_P00003 � SOLE SOURCE � MX FAMILY OF SENSOR SYSTEMS REPAIR EVALUATIONS AND REPAIRS - FSC�1680 - NAICS � 334511 Anticipated Issue Date: 31 JANUARY 2020 - Anticipated Closing Date: 10 FEBRUARY 2020 02:00 PM EDT SOLE SOURCE PROCUREMENT � Naval Surface Warfare Center (NSWC) Crane intends to issue a modification to Job Order N0016419FJ251 to add MX20 repair evaluations and repairs. The Job Order was awarded under the sole source Basic Ordering Agreement (BOA) N00164-19-G-JQ58. The BOA was issued to the Canadian Commercial Corporation, North Atlantic Treaty Organization Commercial and Government Entity, 100% subcontracted to the Original Equipment Manufacturer (OEM) L-3 Communications Wescam�, 649 North Service Road, Burlington, Ontario, 7LP 5B9, under statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1. The basis for restricting competition is the lack of Technical Data Package, Intellectual Property, duplicative cost to the Government that is not expected to be recovered through competition, and the unacceptable delay necessitated are from developing any other source. The duplicative cost and delay necessitated are from integration and regression testing costs of the MX-25, MX-20, MX-15, and MX-10 product lines which includes reverse engineering and developing specifications, soliciting competitive offers, and awarding to an alternate source would be a minimum of two (2) years for development, production, system integration, and operational test verification. N00164-19-G-JQ58-0001-P00003 is intended to provide MX-20D turret and non-turret repair evaluations and repairs in support of Harvest Hawk Program. The anticipated Period of Performance for the repairs is from date of modification award through May 2020. The initial award amount is estimated to be $8K with total evaluations and repairs estimated at $200K. It is anticipated that inspection and acceptance will be at source/destination. A Request for Proposal will not be made available through www.beta.sam.gov. The proposed noncompetitive contract action is anticipated to be awarded under FAR Part 15, Contracting by Negotiations. The contract modification award is anticipated on 10 February 2020. All responsible source may submit a capability statement, proposal, or quotation, which shall be considered by the agency. However, a determination by the Government not to compete this proposed contract based upon responses to this synopsis is solely for the purpose of determining whether to conduct a competitive procurement. Companies interested in subcontracting opportunities should contact L-3 Communications Wescam� directly. Contractors must be properly registered in the Government System for Award Management database (SAM). Contractors may obtain information on SAM registration and annual confirmation of requirements by calling 1-866-606-8220, or via the internet at www.sam.gov. Please refer to the announcement number in all correspondence and communications. Contracting Office Address: 300 Highway 361 Building 121 Crane, IN 47522-5001 United States Primary Point of Contact Cassie Shelton Cassie.Shelton@navy.mil Phone: (812)854-1557
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/63e214af26d444d5b3b71522a6718dd5/view)
- Record
- SN05536563-F 20200118/200116230137 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |