Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2011 FBO #3659
SOLICITATION NOTICE

16 -- AN/APS-145 radar Pulse Generator Upgrade (PGU) Weapons Replaceable Assembly (WRA-9)

Notice Date
11/29/2011
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00019-12-R-0027
 
Point of Contact
Dennis R. Bailey, Phone: 3017577041
 
E-Mail Address
dennis.r.bailey1@navy.mil
(dennis.r.bailey1@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Naval Air Systems Command (NAVAIR) intends to execute a Firm Fixed-Price Contract with LMMS2 for the production of the AN/APS-145 radar Pulse Generator Upgrade (PGU) Weapons Replaceable Assembly (WRA-9) and the retrofit parts/instructions for the WRA-13 Radar Equipment Rack (RER) modification applicable to the E-2C Hawkeye AN/APS-145 Radar Set and its support systems. It is to include both the US Navy (USN) and the French Ministry of Defense (FMOD) Foreign Military Sales (FMS) system requirements. This production effort includes the supplies and/or services required for the Recurring Engineering (RE) to include: production management, retrofit parts and instructions, materiel procurement, build-up, acceptance testing, configuration audits, packaging and delivery. The quantities are as follows: A/C WRA-9/13 Kits w/WRA-9 Install and Test = 47 -USN A/C - 43 -USN Trainer - 1 -FMOD A/C - 3 Spare WRA-9 Kits w/Install and Test = 18 -NAVSUP Spares - 15 -FMOD Spares - 3 Spare 9A4 SRA's = 11 -NAVSUP - 9 -FMOD - 2 Spare WRA-13 Kit = 1 - FMOD - 1 The period of performance for this effort will be (42) months, comprised of a base Contract Line Item Number (CLIN) of (14) months and (3) option CLINs of (12) months each, with the first option to be exercised (8) months prior to the expiration of the base CLIN. LMMS2 is the sole designer, developer, systems integrator and original equipment manufacturer of the APS-145 system and as such is the only firm possessing the requisite knowledge, experience and technical data necessary to provide the required supplies and services in a timely manner for the purposes of meeting the fleet's operational needs. Therefore, this proposed contract action is for supplies and services for which the government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. Interested persons may identify their interest and their capability to respond to the requirement or they may submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within thirty days after the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete 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 competitive procurement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-12-R-0027/listing.html)
 
Place of Performance
Address: Syracuse, New York, United States
 
Record
SN02629903-W 20111201/111129234131-a9a821bc0673bcd8ec95a3be698b3194 (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.