SOLICITATION NOTICE
R -- Multi-Mission Helicopter In-Service Support Team (MMHISST) Sustaining Engineering and Logistics Support
- Notice Date
- 5/18/2022 9:50:27 AM
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N00019-22-NORFP-APM299-0366
- Response Due
- 6/2/2022 1:30:00 PM
- Point of Contact
- Lynn Fletcher, Phone: 3019957826, Fax: 3017575284, Riley Stanton
- E-Mail Address
-
Lynn.E.Fletcher@navy.mil, riley.n.stanton.civ@us.navy.mil
(Lynn.E.Fletcher@navy.mil, riley.n.stanton.civ@us.navy.mil)
- Description
- The Naval Air Systems Command (NAVAIR) intends to increase funding on the Justification and Approval (J&A) to issue orders against a previously awarded Indefinite Delivery/Indefinite Quantity (lDIQ) contract N00019-19-D-0001 to Lockheed Martin Rotary and Mission Systems (LM RMS), Owego, NY on a sole source basis for the procurement of the engineering, logistics, modifications, tooling, training, information management support and technical data services, in support of all H-60 Naval Hawk type model series under cognizance of PMA-299 and Multi Mission In-Service Support Team (MMHISST), Cherry Point, NC to include Foreign Military Sales (FMS) support. Each order will be synopsized on the SAM.gov website, as applicable in accordance with FAR 5.201(b). The anticipated place of performance is Owego, NY. The Government intends to increase funding on the J&A to issue orders against this IDIQ on a sole source basis to LM RMS under the authority of Other Than Full and Open Competition, in accordance with 10 U.S.C. 3204(a)(1), as implemented in FAR 6.302-1(a)(2)(iii), �Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.� �LM RMS is the only known source with the requisite knowledge, experience, expertise, and proprietary technical and software data packages required to successfully fulfil these orders in a timely and cost effective manner. Note: The orders under this IDIQ are 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.� This notice of intent is not a request for competitive proposals.� The Government does not intend to fund the development or qualification of other sources for fulfilling this requirement, as the work listed requires a substantial initial investment.� However, any capability statements received by the close of the synopsis may be considered by the Government.� A determination by the Government not to compete the proposed IDIQ based upon responses to this notice is solely within the discretion of the Government.� Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Questions concerning subcontracting opportunities should be directed to Ms. Martina Tsai, martina.tsai@lmco.com, at 607-751-0444. The Naval Air Systems Command (NAVAIR) intends to increase funding on the Justification and Approval (J&A) to issue orders against a previously awarded Indefinite Delivery/Indefinite Quantity (lDIQ) contract N00019-19-D-0001 to Lockheed Martin Rotary and Mission Systems (LM RMS), Owego, NY on a sole source basis for the procurement of the engineering, logistics, modifications, tooling, training, information management support and technical data services, in support of all H-60 Naval Hawk type model series under cognizance of PMA-299 and Multi Mission In-Service Support Team (MMHISST), Cherry Point, NC to include Foreign Military Sales (FMS) support. Each order will be synopsized on the SAM.gov website, as applicable in accordance with FAR 5.201(b). The anticipated place of performance is Owego, NY. The Government intends to increase funding on the J&A to issue orders against this IDIQ on a sole source basis to LM RMS under the authority of Other Than Full and Open Competition, in accordance with 10 U.S.C. 3204(a)(1), as implemented in FAR 6.302-1(a)(2)(iii), �Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.� �LM RMS is the only known source with the requisite knowledge, experience, expertise, and proprietary technical and software data packages required to successfully fulfil these orders in a timely and cost effective manner. Note: The orders under this IDIQ are 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.� This notice of intent is not a request for competitive proposals.� The Government does not intend to fund the development or qualification of other sources for fulfilling this requirement, as the work listed requires a substantial initial investment.� However, any capability statements received by the close of the synopsis may be considered by the Government.� A determination by the Government not to compete the proposed IDIQ based upon responses to this notice is solely within the discretion of the Government.� Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Questions concerning subcontracting opportunities should be directed to Ms. Martina Tsai, martina.tsai@lmco.com, at 607-751-0444.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/350eb0707a22459cb1b579f6f3e5aae1/view)
- Record
- SN06330803-F 20220520/220518230057 (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 |