DOCUMENT
69 -- Training Device spares. - Attachment
- Notice Date
- 6/28/2012
- Notice Type
- Attachment
- NAICS
- 333319
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- N61340 NAVAL AIR WARFARE CENTER TRAINING SYSTEMS DIVISION 12350 Research Parkway Orlando, FL
- Solicitation Number
- N6134012R0067
- Response Due
- 7/16/2012
- Archive Date
- 7/31/2012
- Point of Contact
- Mary Munroe 407-380-4288 Mona Zahid, Contracting Officer,
- E-Mail Address
-
<!--
- Small Business Set-Aside
- N/A
- Description
- The Naval Air Warfare Center Training Systems Division (NAWCTSD) Orlando intends to negotiate on a sole source basis a Contract for the procurement of initial Training Device Spares (TDS) for the E-2C Operational Flight Trainer (OFT) Device 2F110 Serial Numbers (S/Ns) 1 and 2 located at Naval Station (NS) Norfolk, VA and Naval Base Ventura County (NBVC) Pt. Mugu, CA respectively under authority of Federal Acquisition Regulation (FAR) 6.302-1, "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements". The only source for the initial TDS is Aero Simulation, Inc. (ASI). The anticipated contract value for this contract is $473,000. The procurement of these Original Equipment Manufacturer (OEM) components will ensure accurate functioning of the training device. Ensuring the availability of a material support package after the trainer has been upgraded is critical in fulfilling supportability requirements. In the absence of the timely availability of spare parts, valuable training assets would not be available diminishing trainee effectiveness. The spare parts must meet form, fit and function requirements to continue device operation and are available only from the OEM which is ASI. The Government does not possess the technical data to procure these initial TDS components competitively. Substitution of these spare parts is not possible due to the form, fit, and functionality of the spare parts. The spare parts functionality is interrelated, thus introducing unknown components could have degrading effects and/or present possible safety hazards to the trainer which could negatively impact Warfighter training. A list of the required spares is provided as Attachment (1). No other information is available. This synopsis is not a request for competitive proposals. It is a notice that outlines the Government ™s intent to contract on a sole source basis with ASI. However, interested sources may identify their interest and capability to respond to the requirements. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. In doing so, interested sources must submit detailed technical capabilities and ability to obtain E-2C OFT Device 2F110 aircraft elements and simulation technical data, and any other information that demonstrates their ability to meet the needs of the Government. Detailed capabilities must be submitted by email to Ms. Mary Munroe (mary.munroe@navy.mil) in an electronic format that is compatible with Word 2007, no later than 16 July 2012. All information shall be furnished at no cost or obligation to the Government. Responses shall be limited to no more than TEN (10) pages. A determination by the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. This synopsis is not to be considered a request for quotations or proposals. No solicitation document is available. No contract will be awarded on the basis of offers received in response to this notice, but will be used to determine if a comparable source is available and more advantageous to the Government. If no written challenge to this synopsis is received, a Justification and Approval (J&A) for Other Than Full and Open Competition in accordance with Federal Acquisition Regulation (FAR) Subpart 6.303 based on the rationale provided above will be initiated. If conducted as sole source procurement, no further synopsis will be provided.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134012R0067/listing.html)
- Document(s)
- Attachment
- File Name: N6134012R0067_E-2C_Device_2F110_Spares.xls (https://www.neco.navy.mil/synopsis_file/N6134012R0067_E-2C_Device_2F110_Spares.xls)
- Link: https://www.neco.navy.mil/synopsis_file/N6134012R0067_E-2C_Device_2F110_Spares.xls
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N6134012R0067_E-2C_Device_2F110_Spares.xls (https://www.neco.navy.mil/synopsis_file/N6134012R0067_E-2C_Device_2F110_Spares.xls)
- Place of Performance
- Address: Naval Station Norfolk, Norfolk, VA
- Zip Code: 23511
- Zip Code: 23511
- Record
- SN02789754-W 20120630/120629000129-8ed3144d28f6c13a9ce1185301e38edc (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 |