SOURCES SOUGHT
R -- AN/AQS-20 and MHP-20 D&R System Support
- Notice Date
- 4/8/2021 12:47:37 PM
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- NAVAL SURFACE WARFARE CENTER PANAMA CITY BEACH FL 32407-7001 USA
- ZIP Code
- 32407-7001
- Solicitation Number
- N61331-21-SN-Q12
- Response Due
- 4/23/2021 9:00:00 AM
- Archive Date
- 05/08/2021
- Point of Contact
- Brandon Winkler, Phone: 8508909263, Charlene A. Buduo, Phone: 8508192861
- E-Mail Address
-
brandon.s.winkler@navy.mil, charlene.a.buduo@navy.mil
(brandon.s.winkler@navy.mil, charlene.a.buduo@navy.mil)
- Description
- SOURCES SOUGHT: �This Sources Sought notice is to satisfy the Defense Federal Acquisition Regulation Supplement 206.302-1(d) posting requirement. The Naval Surface Warfare Center Panama City Division (NSWC� intends to issue a solicitation and award a contract for depot level repair, maintenance, overhaul, testing, modification, technical assistance, engineering services, Computer resource support, and integrated logistics support, including supplies, parts and associated documentation for supporting the AN/AQS-20 and MHP-20 D&R system. This would be for an indefinite delivery indefinite quantity with provision for cost plus fixed fee and firm fixed price delivery orders. The Raytheon Company is the sole designer, developer, and producer of the AN/AQS-20 System.� Accordingly, Raytheon is the only known qualified responsible source capable of AN/AQS-20 depot maintenance and repair: software support; failure analysis and corrective action identification; improvement implantation based on obsolescence and technology improvement implementation based on obsolescence and technology improvements: reliability and maintainability improvements: development of Change Notices, and Engineering Change Proposals and overhauls.� No other known sources currently possess the technical expertise, necessary or technical documentation to perform the required work on the AN/AQS-20.� The Government intends to award this procurement on a sole sources basis to The Raytheon Company, Cage 2M191, 610 Dowell St Bldg 894, Keyport, WA, 98345-7600. The anticipated NAICS codes are 541990 - All Other Professional, Scientific, and Technical Services with a size standard of $16.5M, and 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing with a size standard of 1,250 employees. The anticipated contract will contain a 12-month base period plus four 12-month option periods for a total period of performance of 60 months, if all options are exercised. ��The current contract is N61331-17-D-0001 and the incumbent is Raytheon Company. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS; however, the Government will consider all responses received to this notice. A determination by the Government not to compete this requirement is solely within the discretion of the Government. It is intended that no solicitation will be available for this procurement. However, information provided herein is subject to change and in no way binds the Government to solicit or award a contract. The Government is not obligated and will not pay for preparation of responses to this notice. SUBMISSION CONTENT: Written responses are requested to be no more than 10 single-spaced, 8.5 x 11 inch pages using 12 point Times New Roman font minimum. If the material provided contains proprietary information, please mark accordingly and provide disposition instructions (submitted data will not be returned). Classified material shall not be submitted. The response should include, but is not limited to, the following: a) A one page company profile to include Company name, address, point of contact (including telephone number and email address), Small Business Administration (SBA) business size classification (i.e. large, small, small disadvantaged, service disabled, veteran owned, HUB Zone, etc.), number of employees, Cage Code, DUNS number, NAICS Code, major products, primary customer base. �b) NSWC PCD requests that companies respond by submitting (1) a summary outline and capabilities statement showing how requirements (summarized above) for AN/AQS-20� will be met�� (2) Additionally, respondents are to provide contract numbers and descriptions for similar type work and products as evidence of capabilities. Provide a description of your company's past experience and performance of similar contracts, including whether any of these have CPARs ratings. This description shall address and demonstrate, through prior and/or current experience, an understanding of this requirement. (3) Any other information your company deems necessary to aid the Government in refining its acquisition strategy and assessing your company's capability. Submit responses to Brandon Winkler, Contract Specialist, via e-mail at Brandon.s.winkler@navy.mil and Contracting Officer, Charlene Buduo at charlene.a.buduo@navy.mil no later than 23 April 2021, 11:00 am CDT. This sources sought announcement is for information and planning purposes only and is not to be construed as a commitment by the Government. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement, or any follow-up information requests. Respondents will not be notified of the results of the Government�s capability assessment. This sources sought closes on 23 April 2021, 11:00 am CDT.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/2aa3515a921243e7b3cff3bd2a468946/view)
- Record
- SN05967011-F 20210410/210408230113 (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 |