Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 21, 2014 FBO #4684
MODIFICATION

58 -- I1B1 LRIP JCREW

Notice Date
9/19/2014
 
Notice Type
Modification/Amendment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NAVSEA HQ, SEA 02, 1333 Isaac Hull Avenue SE, Washington Navy Yard, District of Columbia, 20376, United States
 
ZIP Code
20376
 
Solicitation Number
N00024-14-R-6327
 
Archive Date
9/13/2014
 
Point of Contact
Luis C. Escobar, Phone: 202-781-3004, PETER AGYEI-SARPONG, Phone: 2027813600
 
E-Mail Address
Luis.C.Escobar@navy.mil, peter.agyei-sarpong@navy.mil
(Luis.C.Escobar@navy.mil, peter.agyei-sarpong@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Sea Systems Command (NAVSEA) intends to award a sole source contract to Northrop Grumman Space and Mission Systems (NGC), Network Communication Systems, One Rancho Carmel, San Diego, CA 92128-3403, to procure a total of seven hundred and sixty four (764) units of Joint Counter Radio-Controlled Improvised Explosive Device (RCIED) Electronic Warfare (JCREW) Increment One Build One (I1B1) Systems to support Low Rate Initial Production (LRIP) and Overseas Contingency Operations (OCO) efforts. This requirement will include Technical Data Sheets, System Manuals, Engineering Services, Depot Support Services, and the development of a Level III Technical Data Package (TDP) to support a competitive full rate production contract in FY17. The JCREW I1B1 system includes three distinct capabilities (mounted, dismounted, and fixed site). These systems will support Initial Operational Capability (IOC), establishment of an initial production baseline, and validation of the system production TDP. The JCREW I1B1 systems are also required to meet the schedule for Physical Configuration Audit (PCA). The RFP for these requirements will be released on Q1 FY15. The contract will have a period of performance of 36 months after contract award. This synopsis update is due to an increase in requirements for the United States Navy from 264 to 422 units and to include the United States Air Force requirements of 342 units. This revised quantity of 764 is necessary to meet both USN and USAF LRIP/OCO objectives. This contract will be awarded pursuant to 10 U.S.C. 2304 (c) (1) and the Federal Acquisition Regulations 6.302-1, "only one responsible source and no other supplies or services will satisfy agency requirements". No other source has the technical capability to perform the work described herein in the time frame required to meet the Navy's operational needs without resulting in unacceptable delays and a substantial duplication of costs. This announcement is published for informational purposes only.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-14-R-6327/listing.html)
 
Place of Performance
Address: Northrop Grumman Space & Mission Systems, One Rancho Carmel Drive, San Diego, California, 02128-3403, United States
Zip Code: 02128-3403
 
Record
SN03520927-W 20140921/140920000108-dac5af4c1f8c9697b073aec5c8adb759 (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.