Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2008 FBO #2403
SOLICITATION NOTICE

58 -- Limited Competition of the Joint Counter Radio-Controlled Improvised Explosive Device Electronic Warfare (JCREW) 3.1 Dismounted Production Systems

Notice Date
6/23/2008
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
N00024 NAVAL SEA SYSTEMS COMMAND, DC 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC
 
ZIP Code
00000
 
Solicitation Number
N0002408R6322
 
Point of Contact
Tara (Davis) Jamison 202-781-2233 Tara (Davis) Jamison, tara.m.davis@navy.mil; Maryann Keyser, maryann.keyser@navy.mil
 
Small Business Set-Aside
N/A
 
Description
The Naval Sea Systems Command (NAVSEA) intends to conduct a limited competition with the following vendors: ITT Corporation AES, 141 National Business Parkway, Annapolis Junction, MD 20701-1026 (N00024-08-C-6310); Northrop Grumman Space & Mission Systems, Network Communications Division, One Rancho Carmel Drive, San Diego, CA 02128-3403 (N00024-08-C-6309); and Sierra Nevada Corporation (SNC), 3034 Gold Canal Drive, Rancho Cordova, CA 95670 (N00024-08-C-6307) to procure 200 Dismounted Counter Radio-Controlled Improvised Explosive Device Electronic Warfare (CREW) 3.1 Systems, ancillary requirements for support equipment and services, and long lead time material with an option for up to 2,300 additional systems. This requirement also includes 9,000 hours of engineering support services (ESS) for the initial 200 systems and 13,000 hours of ESS for the option quantity of 2,300 systems, field service representative support in-theater, depot level repair material and services, spares, and associated technical data. The above mentioned contractors were identified as a result of responses received in reference to Request for Proposal (RFP) N00024-07-R-6304. Evaluation of these responses found that these contractors were the only ones capable of satisfying the Governments requirements. The Government contracted with these three contractors to procure, test, and evaluate Dismounted CREW 3.1 Systems. Seven (7) Dismounted CREW 3.1 Advanced Development Models (ADMs)/Engineering Development Models (EDMs) were procured from the three contractors to bring the hardware up to Technology Readiness Level 7 or above, provide rapid industrial response at production level quantities, and best address dismounted system requirements. In addition to the vendors proposal responses, the results of Government conducted tests and evaluations will be used as part of the selection criteria during the subject contractual action in order to procure production level quantities from these three contractors. NAVSEA anticipates releasing a Request for Proposal (RFP) to these three contractors in approximately 4th Quarter GFY 08 with an estimated award in the 2nd Quarter GFY09. The period of performance will be from contract or option award through 18 months thereafter. This contract will be awarded pursuant to Title 10 U.S.C. 2304(c) (1), to up to three responsible sources. Companies interested in subcontracting requirements should contact any of the three contractors directly. See Numbered Note 22.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bbeef7e234b955c9bfa046014bf57f1e&tab=core&_cview=1)
 
Record
SN01598791-W 20080625/080623215325-bbeef7e234b955c9bfa046014bf57f1e (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.