SOLICITATION NOTICE
16 -- SOLE SOURCE-BRIEF DESCRIPTION OF ACTION-SUPPLIES TO SUPPORT THE TURRENT DEPLOYMENT DRIVE SYSTEM (TDDS)
- Notice Date
- 3/8/2023 10:26:04 AM
- Notice Type
- Presolicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- NSWC CRANE CRANE IN 47522-5001 USA
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016420GWS49_N0016423FW075
- Response Due
- 3/23/2023 12:00:00 PM
- Archive Date
- 05/08/2023
- Point of Contact
- Theresa Jones
- E-Mail Address
-
theresa.a.jones2.civ@us.navy.mil
(theresa.a.jones2.civ@us.navy.mil)
- Description
- N0016420GWS49- JOB ORDER N0016423FW075-SOLE SOURCE-BRIEF DESCRIPTION OF ACTION-SUPPLIES TO SUPPORT THE TURRENT DEPLOYMENT DRIVE SYSTEM (TDDS) FSG 1680-NAICS 336413 Issue Date: 8 March 2023-Closing Date: 23 March 2023- 3:00 PM Eastern ITEM DESCRIPTION- Naval Surface Warfare Center (NSWC) Crane has a requirement for spares to support the Turret Drive Deployment System (TDDS), on behalf of the NSWC Crane Division Airborne Electronic Attack (AEA) Fleet Support Team (FST) and the P-8A Quick Reaction Capability Squadron. FOR SOLE SOURCE PROCUREMENT- The proposed contract action is for the supplies or services for which the Government intends to solicit and negotiate with one source, Beaver Aerospace & Defense Incorporated, 11850 Mayfield Street, Livonia, MI 48150-1708, under the authority of FAR 6.302-1.This effort will be conducted on a sole source basis in accordance with the statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1. This is being sole sourced to Beaver Aerospace & Defense Incorporated, based on the fact that an award to other than Beaver Aerospace & Defense Incorporated would result in substantial duplication of costs to the Government that is not expected to be recovered through competition. Awarding these requirements to another source would also create unacceptable delays in fulfilling the agency's requirements. Performance of these requirements by a source other than Beaver Aerospace would require development and reproduction of a new system, which would in turn would require new and additional laboratory, ground, and flight testing and qualification from component level through full-up P-8A weapons system performance, resulting in extensive additional costs and delays. All responsible sources may submit a capability statement which shall be considered by the agency. However, a determination by the Government not to compete with this proposed contract based upon responses to this solicitation is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Contractors must be properly registered in the System for Award Management (SAM). Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1- 866-606-8220 or via the internet at https://www.sam.gov. Contract Opportunities on https://sam.gov/ has officially replaced FBO.gov All changes that occur prior to the closing date will be posted to Contract Opportunities on https://sam.gov/. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and / or award. Questions or inquiries should be directed to Theresa Jones, Code 0242, email theresa.a.jones2.civ@us.navy.mil. Telephone calls/questions or inquiries will not be accepted. No questions will be accepted after 23 March 2023 at 1200 PM Eastern Time. Reference announcement number N0016423FW075 in the subject line of e-mails and in ALL correspondence and communications related to this effort.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f8abf7668f4d424f81d7c382fba26346/view)
- Record
- SN06612188-F 20230310/230309211942 (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 |