SOLICITATION NOTICE
K -- APG-65 Lot III Reliability Improvement Program OTPS, G81S00010-3
- Notice Date
- 2/5/2010
- Notice Type
- Presolicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
- ZIP Code
- 08733-5083
- Solicitation Number
- N68335-10-R-0123
- Archive Date
- 2/23/2010
- Point of Contact
- Dianne M Mount, Phone: 732-323-2903
- E-Mail Address
-
dianne.mount@navy.mil
(dianne.mount@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Air Warfare Center Aircraft Division (NAWCAD) intends to award a sole source contract for the follow-on Government Furnished Equipoment (GFE) production modification of the Consolidated Automated Support System (CASS), APG-65 Lot III Reliability Improvement Program Operational Test Program Set (OTPS), G81S00010-3. NAWCAD is contemplating award to End To End, Inc., Portsmouth, VA as the only source that could supply the modified/upgraded OTPS in time to meet workload requirements. Without this essential repair equipment the F/A-18 will not be able to repair RADAR components that are required to perform the operational mission of the aircraft. NAWCAD previously awarded a procurement to End to End to upgrade the GFE OTPS to improve the reliability and maintainability and to provide a technical data package representative of the newly designed OTPS. However, no drawings or data were purchased for the corrections to the original design/configuration nor were any vendor modification instructions delivered that would allow another contractor to modify an existing unit. End to End has modified 19 units under a previous contract and will be doing so to an additional 28 units under the proposed procurement. As the orginal equipment manufacturer of the redesign, End to End is considered to be the only source that has the technical data necessary to perform this effort without a costly reverse engineering and/or further redesign. The Government requires deliveries of the modified units to commence within 60 days after award at a rate of 4–6 units per month. The authority for this sole source action is FAR 6.302-1: only one responsible source. A determination by the Government not to open this requirement to competition based on the responses received to this synopsis is solely within the discretion of the Government. This is not a request for proposals; however, all responses to this notice must be received within 15 days.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-10-R-0123/listing.html)
- Record
- SN02059502-W 20100207/100205235540-b45cc6e8b9f57743a420d3d6b4499e4d (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 |