Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2012 FBO #3765
SPECIAL NOTICE

A -- Bridge Contract for JPALS, N-UCAS, & AAR Support

Notice Date
3/14/2012
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00421-12-R-0041
 
Archive Date
4/13/2012
 
Point of Contact
Vikki L. Rouleau, Phone: 3013429867
 
E-Mail Address
vikki.rouleau@navy.mil
(vikki.rouleau@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This synopsis provides notice of the Government's intent to solicit a proposal on a sole source basis from L-3 Engineering Services, LLC, 2551 Riva Road, Annapolis, MD 21401 for 199,548 hours with associated Travel, Materials, Data and NMCI. This level of effort will sustain the provision of engineering services for the Joint Precision Approach and Landing Systems (JPALS) and Navy Unmanned Combat Aerial Systems (N-UCAS) programs until a full competitive follow-on can be awarded. These services include requirements definition and analysis; prototyping; test and evaluation; technical assistance; systems analysis and engineering; software development, integration and maintenance; hardware development, integration and maintenance; test data acquisition, reduction and analysis; technical logistics support; configuration management; training support; and program and project management. Technical services are currently being performed by L-3 under Seaport-e Task Order N00178-04-D-4143/ M803. As a result of accelerated sponsor requirements, all options and all available ceiling are projected to be expended by 1 May 2012. Additional capacity is required in order to maintain the current contract initiative until award of the follow-on. This acquisition will result in a six (6) month stand alone contract with an estimated period of performance from 01 May 2012 through 31 October 2012. This acquisition is being pursued on a sole source basis under the statutory authority 10 U.S.C. 2304(c)(1), as implemented by Federal Acquisition Regulation Part 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. Because of scheduling delays, the substantial costs the Government would incur and not recover through competitition and the impracticality of awarding to another source for a six month period of performance, this effort will be procured on a sole source basis. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, responsible interested parties may submit a proposal in which they identify their interest and capability to respond to this requirement. The Government will consider all information received by 29 March 2012, 1400 EST. A determination by the Government not to compete this procurement based upon responses to this notice is solely within the discretion of the Government. The Government will not pay for any information received. No telephone responses will be accepted. The North American Industry Classification System (NAICS) code for this effort is 541330. Responses to this synopsis or any other questions should be forwarded via email to vikki.rouleau@navy.mil or by facsimile at 301-995-0382.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-12-R-0041/listing.html)
 
Place of Performance
Address: Webster Field Road, St Inigoes, Maryland, 20684-4013, United States
Zip Code: 20684-4013
 
Record
SN02697118-W 20120316/120315000009-a4a77607adb109aa1614fbb68cbfabc5 (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.