Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2010 FBO #3143
SOLICITATION NOTICE

12 -- MK 7 Aegis Weapon System Production, Integration & Test for Aegis Ashore Test Site: Sole Source Synopsis

Notice Date
7/1/2010
 
Notice Type
Presolicitation
 
Contracting Office
N00024 NAVAL SEA SYSTEMS COMMAND, DC 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC
 
ZIP Code
00000
 
Solicitation Number
N0002409C5110
 
Point of Contact
Jennifer Nelligan 202-781-2057
 
Small Business Set-Aside
N/A
 
Description
The Naval Sea Systems Command (NAVSEA) will utilize other than full and open competition to award a contract for production, integration, testing and engineering support services for the MK 7 Aegis Weapon System (AWS) for the Aegis Ashore test site to Lockheed Martin Mission Systems & Sensors (LM MS2) in Moorestown, NJ. The procurement will provide for one AWS equipment set to support the establishment of an Aegis Ashore test site at the Pacific Missile Range Facility (PMRF), Kauai, HI. The anticipated contract action will provide for delivery of a fully integrated and tested AWS equipment set, including production of selected AWS elements and the integration and system-level testing of the AWS in Moorestown, NJ. LM MS2 will be responsible for production of the AWS AN/SPY-1D(V) array and wave guides (4 per system), Aegis AMOD Upgrade (AAU) equipment, and Combat System Support Equipment (CSSE). LM MS2 will also be responsible for integrating the Missile Fire Control System MK 99 and AN/SPY-1D(V) transmitter group delivered under separate contracts into the AWS and performing full functional testing of each AWS equipment set. This Aegis Ashore unit will also include associated technical services. LM MS2 is the only existing source with the in-depth technical expertise, knowledge, resources and infrastructure to produce, integrate, and test the equipment and meet the program delivery schedule. LM MS2 possesses the unique experience in AWS design, development, production, assembly, and testing to adapt the AWS to this new mission requirement. All previous AWS production contracts of this equipment have been awarded on a sole-source basis to Lockheed Martin MS2 (or its antecedents), most recently the DDG 113 - 115 AWS production contract. Under these contracts, Lockheed Martin MS2 has developed an extensive infrastructure at its Moorestown, NJ facility to support AWS production. As such, LM MS2 understands the system functionality and requirements in order to produce these systems to satisfy AWS requirements. In considering the schedule requirements for deliveries, it is critical to note that the complete AWS must begin testing at least nine (9) months in advance of the Aegis Ashore test site's Required Delivery Date (RDD) of 1Q FY2013. In order to deliver a fully functionally tested AWS by the RDD, the Navy must award this procurement on a sole-source basis. If any element of this procurement were to be awarded to another company for the Aegis Ashore test site, the schedule to develop Level III Technical Data Packages, conduct the competition, perform production qualification, and integrate and test the complete AWS would cause the delivery to miss the RDD by a significant amount of time. For the reasons stated above, pursuant to 10 U.S.C. 2304(c)(1), NAVSEA intends to award a contract for the production, integration, testing and engineering support services for production, integration and test of the MK 7 Aegis Weapon System (AWS) for the Aegis Ashore test site to Lockheed Martin Mission Systems & Sensors (LM MS2) in Moorestown, NJ. Parties interested in subcontracting opportunities should contact LM MS2 directly. Notice: The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002409C5110/listing.html)
 
Record
SN02194159-W 20100703/100701235252-47339f03e444c46efa6ffb1e45286138 (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.