SOLICITATION NOTICE
A -- Low Rate Initial Production for JCREW I1B1 (Formerly JCREW 3.3)System of Systems (SoS)
- Notice Date
- 3/18/2011
- 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
- N0002411R6300
- Response Due
- 4/4/2011
- Archive Date
- 9/30/2011
- Point of Contact
- George K. Boateng 202-781-2598 George K. Boateng, Contracting Officer
- E-Mail Address
-
.boateng@navy.mil<br
- Small Business Set-Aside
- N/A
- Description
- The Naval Sea Systems Command (NAVSEA) intends to award a sole source Fixed Price contract to ITT Electronic Systems, Inc. 3500 Willow Lane, Thousand Oaks, CA, 91361 under the authority of 10 U.S.C. 2304 (c)(1) as implemented by Federal Acquisition Regulation (FAR) 6.302-1, śonly one responsible source and no other supply or services will satisfy agency requirements. ť This procurement will provide for up to 1,350 Low Rate Initial Production Systems, Spares, Training, Field Support, and associated Data in support of the Joint Counter Radio Controlled Improvised Explosive Device Electronic Warfare (JCREW) Program. The Navy awarded Engineering and Manufacturing Development (EMD) contracts in 1QFY10 for JCREW I1B1 (formerly JCREW 3.3) to ITT Electronics System Inc., 3500 Willow Lane, Thousand Oaks, California and Northrop Grumman Systems Corporation Network Communication Systems, One Rancho Carmel, San Diego California. The EDM contract contained options for Preliminary Design Review (PDR), Critical Design Review (CDR), and Engineering Design Review (EDM). The Navy ™s intent was to award a sole source LRIP contract to the offeror whose EDM Option was exercised. After the completion of the CDR Phase, the Navy exercised EDM Option for ITT ES, making ITT ES, the only offeror capable of developing the EDMs into LRIP systems. The LRIP systems will provide Production Representative Articles (PRA) for the statutory Operational Testing (OT), support Initial Operational Capability (IOC), and to validate the system production package for the JCREW I1B1 system. The intent of the Navy is to use the validated production package to compete the full rate production contract. Delivery of the initial systems will be required within 5 months after award of contract contract, with subsequent monthly deliveries. The period of performance is anticipated to run from contract award in third quarter Government Fiscal Year 2012 through fourth quarter Government Fiscal Year 2014. Contract Performance will be conducted at the Contractor facilities. All responsible and capable sources may submit a capability statement within this synopsis response due date and it will be considered by the Government. Reference solicitation number N00024-11-R-6300. The Navy anticipates issuing a solicitation for this procurement the third quarter of FY11. This notice of intent is not a request for competitive proposals. Responses to this notice must be received by 12:00 p.m. local time on 8 April 2011. Responses shall be submitted via e-mail to Vanessa Ochomogo (vanessa.ochomogo@navy.mil) and copy to George K. Boateng (george.boateng@navy.mil). A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Navy. 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/N0002411R6300/listing.html)
- Place of Performance
- Address: 1333 Isaac Hull Ave; SE. Stop 2050, Washington Navy Yard, DC
- Zip Code: 20376
- Zip Code: 20376
- Record
- SN02404830-W 20110320/110318234859-1b655bc04e27bd7fc497aeda7ce93193 (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 |