Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 25, 2020 SAM #6813
SOLICITATION NOTICE

14 -- Notice of Intent to Sole Source PMA-201 Encapsulated Tactical Harpoon AURs Refurbishment, Repair, Upgrade, and Recertification for the USN-688 Class Submarine.

Notice Date
7/23/2020 9:15:55 AM
 
Notice Type
Presolicitation
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-20-RFPREQ-PMA-201-0420
 
Response Due
8/7/2020 9:00:00 AM
 
Archive Date
08/22/2020
 
Point of Contact
Samantha Jones, Phone: 3013420506, Jennifer A. Alvey, Phone: 3017578858
 
E-Mail Address
samantha.j.jones@navy.mil, Jennifer.alvey@navy.mil
(samantha.j.jones@navy.mil, Jennifer.alvey@navy.mil)
 
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 Firm-Fixed Price Delivery Order under a Basic Ordering Agreement.� This effort is estimated for award in�fiscal year (FY) 2021 with The Boeing Company with options in FY22, FY23, and FY24.� This order is for the refurbishment, repair, recertification, upgrade, and reissue of capsules and Encapsulated (ENCAP) Harpoon Block IC (HIC) All Up Rounds (AURs) to HIC, HIG, HII, or HII+ configurations for USN SSN-688 class submarines.� � Small businesses interested in subcontracting possibilities may contact Mike Riney (michael.s.riney@boeing.com) 314-562-1768, Boeing.� The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302.� Interested persons may identify their interest and capability to respond to the requirement or submit proposals.� Please copy NAVAIR on any capability statements provided to Boeing to the attention of Samantha Shaner (samantha.j.jones@navy.mil).��� THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS.� This acquisition 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) 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements.� Unless stated herein, no additional information is available.� Requests for the same will be disregarded.� Responsible interested parties may submit a capability statement in which they identify their interest and capability to respond to this requirement.� The Government will consider all information received by the response date.� A determination by the Government not to compete this procurement based upon responses to this notice is solely within the discretion of the Government. GENERAL INFORMATION:� Since introduction to the USN Fleet in 1977, The Boeing Company has been the sole designer, developer, manufacturer, and integrator of the Harpoon missiles and related equipment. Only Boeing, and its primary subcontractors, have the equipment, knowledge, and experience to: remove Harpoon missiles from capsules; to inspect, breakdown, refurbish, refabricate, and reassemble capsules; to breakdown and store Harpoon missile wing-fins and booster rocket motor kits; and to reassemble, test, recertify, and re-encapsulate Harpoon missiles into capsules.� Subcontracting opportunities may be available and should be sought with�Boeing at the address: The Boeing Company, 6200 JS McDonnell Blvd, St. Louis, MO 63134-1939.� There is no commitment by the Government to issue a solicitation, make an award or awards, or to be responsible for any monies expended by any interested parties before award of a delivery order for the effort mentioned above.� Information provided herein is subject to change and in no way binds the Government to solicit for or award a delivery order.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/62678c7be58d402a894fe8b3a73c84e2/view)
 
Place of Performance
Address: Saint Louis, MO 63134, USA
Zip Code: 63134
Country: USA
 
Record
SN05731328-F 20200725/200723230147 (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.