Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 05, 2017 FBO #5734
SOLICITATION NOTICE

14 -- Patriot Missile Air Defense System Services

Notice Date
8/3/2017
 
Notice Type
Presolicitation
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land Aberdeen, 6001 Combat Drive, Room C1-301, Aberdeen Proving Ground, Maryland, 21005, United States
 
ZIP Code
21005
 
Solicitation Number
N-A(Not-Applicable)
 
Archive Date
9/2/2017
 
Point of Contact
Kenneth Acquaviva, Phone: 443-861-4525, Robert Brewer, Phone: 443-861-4543
 
E-Mail Address
kenneth.acquaviva@dla.mil, robert.brewer@dla.mil
(kenneth.acquaviva@dla.mil, robert.brewer@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
The intent of this Synopsis, in accordance with FAR 5.201, is to add the services described below onto the Government's existing contract with Raytheon Company, SPRBL1-15-D-0017. The Government's market research suggests that Raytheon is the sole approved source capable of providing these services. The contractor, as an independent contractor, and not as an agent of the US Government or the Government of Taiwan will be required to provide contractor technical assistance (CTA). This will consist of technical management, technical support, and assistance in the planning, training, fielding, traveling, deployment, maintenance, and sustainment of the Taiwan Patriot Missile Air Defense System, associated equipment, and logistics support. All efforts on this contract shall be performed in Taiwan and the USA. SPRBL1-15-D-0017 is a nine (9) year Indefinite-Delivery Indefinite Quantity (IDIQ) contract providing for the support of Depot Level Repairable (DLR) and consumable spare parts as well as repair and engineering services provided by Raytheon that are associated with sole-source Raytheon manufactured system components. The contract was awarded on 28 September 2015. The period of performance includes a six (6) year base period followed by one (1), three (3) year re-determinable option period. The services described above are expected for the 2018 and 2019 calendar years but may be priced for the remainder of the base period and as well as via redetermination for the option period, if it is deemed to be in the Government's best interest. Please note that this is not a Request for Proposal. This notice is provided for planning purposes and is not to be construed as a commitment by the U.S. Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f8daa5af90678447eaf0dbb4643a334c)
 
Record
SN04612821-W 20170805/170803233820-f8daa5af90678447eaf0dbb4643a334c (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.