SOLICITATION NOTICE
59 -- Repaired/Remanufacture of the AN/SPY–1D(V) Double Duty (DD) Crossed Field Amplifiers (CFAs)
- Notice Date
- 8/8/2013
- Notice Type
- Presolicitation
- NAICS
- 334419
— Other Electronic Component Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 64, Crane, Indiana, 47522-5001
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016413RGR39
- Archive Date
- 1/16/2014
- Point of Contact
- Jamie Wilson, Phone: 812-854-8857
- E-Mail Address
-
jamie.m.wilson@navy.mil
(jamie.m.wilson@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This solicitation will not be posted to Federal Business Opportunities (FBO) page located at http://www.fbo.gov/. FBO is the single point of entry for posting of synopsis and solicitations to the internet. Please feel free to use the FBO site to access information posted by NSWC Crane. The Naval Surface Warfare Center, Crane Division has a requirement for the Evaluation, Rebuild, and Production of AN/SPY-1D(V) Double Duty (DD) Crossed Field Amplifiers (CFAs) in accordance with the Statement of Work (SOW), Performance Specification, and applicable drawings. The AN/SPY-1D(V) DD CFAs are required to support the Navy shipbuilding program, In-Service Engineering Agent (ISEA) requirements, Foreign Military Sales (FMS), and Ballistic Missile Defense (BMD) requirements for the AN/SPY-1D(V) Radar System which is a part of the Aegis Weapon System (AWS) MK 7. A Solicitation will be issued pursuant to the procedures in FAR Part 15 for an anticipated Firm-Fixed Price (FFP), Indefinite Delivery, Indefinite Quantity (IDIQ), Multiple Award (MAC) type contract. The ordering period is five (5) years. Delivery Terms are F.O.B. Destination, Inspection and Acceptance: Destination. The Naval Surface Warfare Center, Crane Division intends to enter into a FFP, IDIQ, MAC contract for the Evaluation, Rebuild, and Production of the AN/SPY-1D(V) Double Duty (DD) Crossed Field Amplifiers (CFAs) with L-3 Communications Corporation (L-3), 1035 Westminster Dr., Williamsport, PA 17701, CAGE Code 89146 and Communications & Power Industries (CPI), LLC, 150 Sohier Rd., Beverly, MA 01915, CAGE Code 88236, in accordance with the statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1, only one responsible source, or, for DoD, from only one or a limited number of responsible sources, and no other type of supplies or services will satisfy agency requirements. The Government anticipates incorporating the following CLINs into the solicitation: CLIN 0001: Evaluation AN/SPY-1D(V) DD CFA - 0 Min Each, 20 Max Each CLIN 0002: Rebuild AN/SPY-1D(V) DD CFA - 0 Min Each, 55 Max Each CLIN 0003: New Production AN/SPY-1D(V) DD CFA - 35 Min Each, 497 Max Each CLIN 0004: Backfit Production - AN/SPY-1D(V) DD CFA - 0 Min Each, 350 Max Each CLIN 0005: FMS Evaluation AN/SPY-1D(V) DD CFA - 0 Min Each, 2 Max Each CLIN 0006: FMS Rebuild AN/SPY-1D(V) DD CFA - 0 Min Each, 10 Max Each CLIN 0007: FMS New Production AN/SPY-1D(V) DD CFA - 0 Min Each, 39 Max Each The basis for restricting the competition is the proprietary information/data rights owned by L-3 and CPI who retain proprietary information about the DD CFAs. Delivery requirements will be specified in individual orders. The proposed contract action is for supplies for which the Government intends to solicit and negotiate with a limited number of responsible sources under the authority of FAR 6.302-1. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. 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 in response to this synopsis will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. To be eligible for award, interested Offerors must be certified under the Joint Certification Program and provide confirmation as detailed in the solicitation. Proof of JCP registration must be provided prior to being issued some of the technical information. More information will be provided in the solicitation. Offerors may obtain certification information via the internet at http://www.dlis.dla.mil/JCP/default.asp. In addition, to be eligible for award, Offerors must be properly registered in the Government's System for Award Management database (SAM). Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at https://www.sam.gov. This solicitation will not be available for download but may be made available upon request. Offers must be submitted in the format specified within the solicitation to be considered. It is the responsibility of offerors to request a copy of the solicitation and to submit offers to the POC at NSWC Crane to be considered. Closing date will be on or about 16 October 2013. POC: Ms. Jamie Wilson, Code CXNM at telephone 812-854-8857, or e-mail: jamie.m.wilson@navy.mil. The mailing address is: Ms. Jamie Wilson, Code CXNM, Bldg. 2035, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane, IN 47522-5001. Please reference the above solicitation number when responding to this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016413RGR39/listing.html)
- Record
- SN03143264-W 20130810/130809000414-c128131539bab2dd7b1a085bfd7ddec9 (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 |