SOLICITATION NOTICE
58 -- SOLE SOURCE - AN/ALQ-227 COMMUNICATIONS COUNTERMEASURE SET (CCS) - 13GWS670003
- Notice Date
- 8/8/2013
- Notice Type
- Presolicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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
- N0016413GWS670003
- Archive Date
- 10/1/2013
- Point of Contact
- Terry Tanksley, Phone: 812-854-3047
- E-Mail Address
-
terry.r.tanksley@navy.mil
(terry.r.tanksley@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- SYNOPSIS This synopsis is being 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. Naval Surface Warfare Center (NSWC) Crane Division plans to enter into Job Order 0003 of Basic Ordering Agreement (BOA) N00164-13-G-WS62 with Raytheon Integrated Communications Systems, 1010 Production Road, Fort Wayne, IN. 46808 for the procurement of repairs and calibration of Weapons Replaceable Assemblies ( WRA) and Shop Replaceable Assemblies (SRA) to support the Communications Countermeasure Set and it's variant and derivative for System AN/ALQ-227Communication Countermeasure Set (CCS).. The Job Order will cover a period not to exceed the end of the life of the BOA. The CCS System covered includes the system as a whole, the individual Weapons Replaceable Assemblies (WRAs), the Shop Replaceable Assemblies (SRAs), Support Equipment, Test Equipment and applicable system firmware. Efforts will include repair, calibration and procurement of CCS parts as needed. This requirement will be negotiated on a sole-source basis in accordance with the statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1. The basis for restricting competition is that the U.S Government does not own or possess the required documentation necessary to manufacture, repair upgrade, or modify these avionics components in addition to the duplicative costs and time that would be required to reverse engineer the system. Since this is a sole source procurement, a solicitation will not be posted to the internet. Responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. It is the responsibility of interested offerors to monitor FedBizOpps and/or NECO for any additional amendments that may be issued. It is the responsibility of the offeror to submit offers to the Point of Contact (POC) at NSWC Crane. The POC is Mr. Terry Tanksley, Code CXNN WG at Tel: 812-854-3047 or email: terry.r.tanksley@navy.mil. Contracting Office Address: Code CXNN WG, Building 2035 300 Highway 361 Crane, IN 47522-5000 Place of Performance: 1010 Production Road Fort Wayne, In 46808
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016413GWS670003/listing.html)
- Record
- SN03143335-W 20130810/130809000450-3e53b61f89b20f4cff7b1e43c40cd93d (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 |