Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 30, 2011 FBO #3688
SOLICITATION NOTICE

49 -- Airborne Low Frequency Sonar (ALFS) Depot Level Support

Notice Date
12/28/2011
 
Notice Type
Presolicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
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
N68335-12-R-0074
 
Archive Date
1/27/2012
 
Point of Contact
Walter Cuje,
 
E-Mail Address
walter.cuje@navy.mil
(walter.cuje@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Naval Air Warfare Center Aircraft Division Lakehurst NJ intends to enter into negotiations on a non-competitive basis with Thales USA Defense and Security, Inc. (TDSI) of Arlington, VA to procure the necessary Depot Level Specialized Test Equipment (STE) and access to the relevant technical specifications, drawings, schematics, and procedures in order for the US Navy to establish Depot Level Support for the AN/AQS-22 Airborne Low Frequency Sonar (ALFS). This effort will deliver the necessary STE and data to Fleet Readiness Center Southeast (FRCSE) in Jacksonville, FL. The procurement supports the MH-60R Aircraft Program and is to be executed by the H-60 Support Equipment Team, located at Joint Base McQuire-Dix-Lakehurst in Lakehurst, NJ. The effort will include the selection, production, shipment and installation of the necessary STE required for the Navy to perform Depot Level Repair of the Transducer Assembly (TA), Reeling Machine, Reeling Machine Interface Unit (RMIU) and Reeling Machine Control Unit (RMCU) components of the ALFS system. This equipment was originally produced by Thales Underwater Systems (TUS) of France. The effort will include all data necessary to establish the necessary logistics support (including training, publications, and calibration) of the STE, access to the technical information required to repair the above subsystems, as well as training in the repair of those subsystems. The Government intends to negotiate this procurement under the authority of 10 USC 2304 (c)(1), as implemented by FAR 6.302-1. The Government does not possess sufficient data, drawings, or other specifications to permit full and open competition. In order to complete the effort the US Navy is currently pursuing, the vendor that is awarded the contract must be able to share all of the necessary schematics, specifications, drawings, software source code, processes and procedures to the FRCSE artisans so that they can effect repairs to the ALFS components. In addition, in order to select, produce, ship and install the STE required for the FRCSE artisans to test and troubleshoot the components, the vendor must have access to all of this technical information as well. TUS has designated TDSI, in writing, as the corporation in the United States that they will be working with, and has granted them exclusive rights to the technical data for the purposes of completing the acquisition of the STE and forwarding the required technical information to the FRCSE artisans to support the initiation of organic depot support for the ALFS. As such, TDSI is the only responsible source that can supply the necessary STE, technical information and training required by the US Navy. Interested firms may identify their interest and capability to respond to the requirement in writing. This notice of intent is not a request for competitive proposals. However, all responses received within fifteen days after the date of publication of this synopsis will be considered by the Government. All vendors must be registered in the Central Contract Registration (CCR) Database. The internet website is http://www.ccr.dlsc.dla.mil/ccringq or www.ccr.gov. It is mandatory to register with the CCR as your DUNS Number (Data Universal Numbering System) and your CAGE (Commercial and Government Entity) code will be required to conduct business with the Department of Defense. In addition, all invoices will be electronically submitted in the Wide Area Work Flow (WAWF). A determination by the Government not to open the requirement to competition based on responses to this notice is solely within the discretion of the Government. Information received as a result of the notice of intent 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/NAVAIR/N68335/N68335-12-R-0074/listing.html)
 
Record
SN02646480-W 20111230/111228234055-8f18a6c1058abb54a44936adc9e375fd (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.