Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 27, 2017 FBO #5664
SPECIAL NOTICE

R -- REQUEST FOR INFORMATION - Engineering Services and Supplies related to the AEGIS MK99 Fire Control System, Transmitter Groups, AN/SPY-1A/B/B(V)/D/D(V) Radars, AN/SPS-49(V) Radars and Ancillary Equipment

Notice Date
5/25/2017
 
Notice Type
Special Notice
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 3373, Crane, Indiana, 47522-5001, United States
 
ZIP Code
47522-5001
 
Solicitation Number
N0016417SNC05
 
Archive Date
6/23/2017
 
Point of Contact
Terry Jenkins, Phone: 812-854-3627
 
E-Mail Address
terry.jenkins2@navy.mil
(terry.jenkins2@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
N00164-17-S-NC05 - REQUEST FOR INFORMATION - Engineering Services and Supplies related to the AEGIS MK99 Fire Control System, Transmitter Groups, AN/SPY-1A/B/B(V)/D/D(V) Radars, AN/SPS-49(V) Radars and Ancillary Equipment. FSC R425 - NAICS 334419 Issue Date - 25 MAY 2017 - Closing Date - 08 JUNE 2017 - 2:00 PM EDT REQUEST FOR INFORMATION (RFI) - As part of a market survey, the Government is issuing this RFI announcement in accordance with (IAW) DFARS PGI 206.302-1(d) for Engineering Services and Supplies related to the AEGIS MK99 Fire Control System, Transmitter Groups, AN/SPY-1A/B/B(V)/D/D(V) Radars, AN SPS-49(V) Radar and Ancillary Equipment. Crane Division, Naval Surface Warfare Center intends to increase the ceiling amount of the current 5 year Basic Ordering Agreement (BOA), N00164-14-G-GR45 on an other than full and open competition basis with Raytheon Integrated Defense Systems, Sudbury, MA for engineering support and supplies related to U. S. Navy new ship construction and U. S. Navy sustainment of the MK99 Fire Control System, Transmitter Groups, AN SPY-1A/B/B(V)/D/D(V) radars, AN/SPS-49(V) radars and ancillary equipment. These supplies and services are required to support the sustainment of the AEGIS and Non-AEGIS Microwave Tube (MWT) program. N00164-14-G-GR45 was awarded on 30 January 2014 as a sole source effort to Raytheon Integrated Defense Systems (CAGE 59744), 528 Boston Post Road, Sudbury, MA 01776-3375. The Statement of Work (SOW) includes the following requirements: Contractor shall provide documentation for evaluation and implementation of proposals and implementation of changes. This includes approved Change Proposals (ECP), updating Technical Manuals (TM), preparation of Ordnance Alteration (ORDALT) Instructions, and providing new or revised drawings and publications. The Contractor shall provide Engineering and Logistic Studies and Analysis for resolution of emergency problems in maintenance to include emergency repairs, modifications/alterations, overhauls and refurbishments. This effort was conducted on a sole-source basis IAW the statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1. The basis for restricting completion was the anticipated substantial duplicative costs to the Government to qualify another manufacture's product for shipboard use, which are not anticipated to be recouped through competition, and the anticipated unacceptable delays in fulfilling the agency requirements through any other source. The Government is seeking information from Contractors mitigating the sole-source basis cited above. Contractors with the capabilities and facilities to provide components that meet the Government's weapons specifications for engineering services in support of the AEGIS Weapons System (AWS) are encouraged to respond to this RFI. Responses should include capability, availability, budgetary cost estimate, and lead time of the issuance of the Addendum to the J&A, as well as, whether a demonstration unit can be provided to expedite the Government decision-making process. While Contractors are not required to quote prices for this proposed, the information will assist the Government in developing Business Case Analysis (BCA) supporting potential follow-on acquisition announcements to this RFI. It is requested that new design-to-specification solutions or system replacements are not included in the RFI response. All interested parties are encouraged to submit product literature, a white paper no longer than 5 pages, and/or other pertinent information, such as a description with performance parameters and a statement of current availability, summary of prior testing, test reports, and a budgetary estimate of test articles to mitigate the reason why the Government should not procure this effort on a sole-source basis as stated above, and/or identify other Government contracts with similar efforts for the Government's consideration. Responses to the RFI shall include the following: Contractor's Name Street Address, City, State, Zip Code Business Size Point of Contact (POC) POC Telephone Announcement Number: N00164-17-S-NC05 The Government may contact RFI respondents to obtain clarification on the information submitted. Contractors must be properly registered in the Government System for Award Management database (SAM). Contractors may obtain information on SAM registration and annual confirmation of requirements by calling 1-866-606-8220, or via the internet at www.sam.gov. At the current time, NO FUNDING IS AVAILABLE for bid/proposal or contractual efforts. This RFI does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP), and it should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. The US Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. Market Survey information or clarification questions may be submitted to the Point of Contact any time prior to the expiration of this announcement. The Point of Contact for this effort is Terry Jenkins, e-mail: terry.jenkins2@navy.mil or Telephone: 812-854-3627. If any part of the Contractor submittal is classified, please contact the POC for appropriate submission information. All information marked as proprietary information will be safeguarded to prevent unauthorized disclosures. Your interest in the response is appreciated.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016417SNC05/listing.html)
 
Record
SN04523001-W 20170527/170526001437-15a414c0891f001655d2e5c395d43963 (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.