Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 25, 2017 FBO #5662
SOLICITATION NOTICE

12 -- AEGIS Weapon System Integrated Logistics Support and Life Cycle Sustainment of ACB 16/TI 12H and Legacy Baselines and Equipment

Notice Date
5/23/2017
 
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, NAVSEA HQ, SEA 02, 1333 Isaac Hull Avenue SE, Washington Navy Yard, District of Columbia, 20376, United States
 
ZIP Code
20376
 
Solicitation Number
N00024-17-R-5109
 
Point of Contact
Rufus Brown, Phone: 2027811451, Erin Anderson, Phone: 2027812981
 
E-Mail Address
rufus.brown@navy.mil, erin.anderson1@navy.mil
(rufus.brown@navy.mil, erin.anderson1@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Sea Systems Command (NAVSEA) intends to issue RFP N00024-17-R-5109 and award a contract on a sole source basis to Lockheed Martin Rotary Mission Systems (LM RMS), 199 Borton Landing Road Moorestown, NJ 08057 for AEGIS Weapon System (AWS) Integrated Logistics Support (ILS) and Life Cycle Sustainment, including Depot level maintenance, of Advance Capability Build (ACB) 16/Technical Insertion 12 Hybrid (TI 12H) and legacy baselines and equipment. The scope of work includes integrated program management; data management; configuration management; engineering and technical support services (Reliability, Maintainability, and Availability engineering, special tools and equipment, element testing, AWS configuration management); life cycle engineering and technical services (modernization planning, depot services, maintenance planning and provisioning, manpower and training analysis); Combat System Operational Sequencing System (CSOSS) development; engineering and technical services for Diminishing Manufacturing Source (DMS) issues; life cycle engineering and technical services in support of Foreign Military Sales (FMS) cases; AWS ship assessment; and spares support. Pursuant to 10 U.S.C. 2304(c)(1), LM RMS is the only responsible source capable of satisfying the Navy's requirements for AWS Life Cycle Sustainment with the technical expertise and knowledge required to provide timely and effective ILS sustainment support for all legacy AWS Baselines, ACB-12, ACB-16, TI 12 (MK5 MOD 0) and TI 12H (MK5 MOD 2). The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. Interested persons may identify their interest and capability to respond to the requirement. This notice of intent is not a request for competitive proposals. However, all expressions of interest received within 15 days after the date of publication of this synopsis will be considered by the Government. 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 for informational purposes only and for the benefit of potential subcontractors. Companies interested in subcontracting opportunities must contact LM RMS directly. This pre-solicitation notice is for information only and shall not be construed as a commitment by the Government to solicit contractual offers or award contracts. The Government is not soliciting, nor will it accept, proposals as a result of this synopsis. If a solicitation is issued in the future, it will be announced via the Federal Business Opportunities (FBO) page located at http://www.fbo.gov/ and interested parties must comply with that announcement. The Government will not reimburse respondents for any questions submitted or information provided as a result of this notice. This is not a RFP or a promise to issue a RFP and this information is subject to modification and in no way binds the Government to award a contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-17-R-5109/listing.html)
 
Place of Performance
Address: 199 Borton Landing Road, Moorestown, New Jersey, 08057, United States
Zip Code: 08057
 
Record
SN04518071-W 20170525/170523234515-c406b9378fb9118450110109715eb5cd (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.