Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 15, 2020 SAM #6742
SOLICITATION NOTICE

J -- PMW 120 Littoral Battlespace Sensing Glider (LBS-G) Maintenance - NOTICE OF INTENT TO AWARD SOLE SOURCE

Notice Date
5/13/2020 12:53:26 PM
 
Notice Type
Presolicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
NAVAL INFORMATION WARFARE SYSTEMS SAN DIEGO CA 92110-3127 USA
 
ZIP Code
92110-3127
 
Solicitation Number
N00039-20-R-0083
 
Response Due
5/28/2020 12:00:00 AM
 
Archive Date
06/12/2020
 
Point of Contact
Mary C Kopa
 
E-Mail Address
mary.kopa@navy.mil
(mary.kopa@navy.mil)
 
Awardee
null
 
Description
The Naval Information Warfare Systems Command (NAVWAR), on behalf of the Program Executive Office Command, Control, Communications, Computers, and Intelligence (PEO C4I), Battlespace Awareness and Information Operations Program Office (PMW 120) intends to award a sole source contract to Teledyne Brown Engineering (TBE) located at 300 Sparkman Dr., Huntsville, AL 35805. The contract will be for maintenance and sustainment services and system spares for the existing fleet of Littoral Battlespace Sensing Gliders (LBS-G) procured under Contract N0003915C0013. The Government anticipates a hybrid Firm Fixed Price (FFP) and Time and Materials (T&M) commercial contract with a one-year base period, four one-year option periods and a 6-month Option to Extend services. The LBS-G is based on TBE's Commercial Off the Shelf (COTS) G2 Slocum glider, modified to meet the Navy's system performance specifications and mission requirements. Specifically, the LBS-G provides semi-autonomous and highly-persistent means to sample and characterize the ocean water properties at spatial and temporal resolutions, enabling the warfighter to make tactical adjustments to asset allocation by optimizing sensor and weapon platform placement and modes of operation to increase tactical effectiveness while reducing timelines and risk to forces. The Government has a requirement to maintain and sustain the existing Gliders in the fleet that have an estimated life expectancy of five years. TBE is the only vendor currently possessing this unique expertise and specialized knowledge necessary to provide critical depot-level maintenance and sustainment support services. Such support requires detailed knowledge of the existing manufacturing specifications (parts, dimensions, tolerances, and other material specifications), performance specifications and logistics documents. As TBE has maintained both the hardware and software baselines since the initial development, it is the only vendor that currently has the capability to troubleshoot, conduct root cause analysis, and provide software and hardware solutions critical to maintaining the operational readiness of the existing fielded systems. The authority for other than full and open competition is 10 U.S.C. 2304(c)(1) and FAR 6.302-1, Only One Responsible Source and no other supplies or services will satisfy agency requirements. This notice of intent is not a request for competitive proposals or a solicitation of offers. Responses to this notice of intent to award to TBE. shall be submitted no later than fifteen (15) calendar days from the date of this synopsis to Kate McCoy and Mary Kopa, at kate.mccoy@navy.mil and mary.kopa@navy.mil. Responses received after that date will not be considered. All responsible sources may submit a capability statement.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/00c6c65d6e1b4a5495a94b5f1414e113/view)
 
Record
SN05655884-F 20200515/200513230153 (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 |
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.