SOLICITATION NOTICE
T -- USSOUTHCOM Surveillance and Reconnaissance Mission Support
- Notice Date
- 7/10/2014
- Notice Type
- Presolicitation
- NAICS
- 541360
— Geophysical Surveying and Mapping Services
- 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
- N68335-14-R-0199
- Archive Date
- 8/9/2014
- Point of Contact
- Karen Davis, Phone: 7323232772, Patrick Smith, Phone: 7323237754
- E-Mail Address
-
karen.davis2@navy.mil, patrick.w.smith2@navy.mil
(karen.davis2@navy.mil, patrick.w.smith2@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Air Warfare Center Aircraft Division Lakehurst, NJ intends to negotiate a firm-fixed price (FFP) contract with Airtec Inc., 44174 Airport Rd., California, Maryland 20619, for the Counter Networks and Illicit Trafficking (CNIT) Project Office in support of United States Southern Command's (USSOUTHCOM) requirement for Airborne Intelligence, Surveillance, and Reconnaissance (ISR) and Electronic Support (ES) mission requirements. This requirement is for one (1) fully integrated Contractor Owned/Contractor Operated (CO/CO) Bombardier DHC-8/200 multi-sensor aircraft with installed Government Furnished Property (GFP) MACHETE FOPEN Light Detection and Ranging (LIDAR) and TRACER FOPEN Synthetic Aperture Radar (SAR) systems, onboard Satellite Communications systems and associated GFP ground processing systems, referred to as the FALCON-I system. The Contractor shall also provide the pilots, operators, and analysts required to collect and process the FOPEN LIDAR and SAR data and the necessary maintenance personnel to maintain the CO/CO aircraft and onboard sensors and associated ground processing systems for a period of performance of nine (9) months. The Government intends to procure the above requirement under the authority of 10 U.S.C. 2304(c)(1), FAR 6.302-1. AirTec Inc. currently holds a ten (10) year lease on this aircraft and is the owner of a one-time Supplemental Type Certificate (STC) specific to this leased and modified aircraft. This aircraft is CO/CO and fully integrated with the FALCON-I system and associated ISR equipment. Due to the complex integration and the lease agreement, award of a contract to any other source would result in substantial duplication of costs. This notice of intent is not a request for competitive proposals; however, the Government will consider all responses received to this notice. A determination by the Government not to open the requirement to competition based on the responses to this notice is solely within the discretion of the Government. Information received as a result of this notice of intent will normally be considered solely for the purpose of determining whether or not to conduct a competitive procurement. Interested firms may identify their interest and capability to respond to this requirement in writing within 15 days after the date of publication of this synopsis. Responses shall reference N68335-14-R-0199. No solicitation will be available for this procurement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-14-R-0199/listing.html)
- Record
- SN03421322-W 20140712/140710235720-844fe18cc390e9e018b95af243c29ff9 (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 |