Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 09, 2017 FBO #5738
SOLICITATION NOTICE

69 -- F/A-18E/F and EA-18G TOFT SAN/HD-9 Spares

Notice Date
8/7/2017
 
Notice Type
Presolicitation
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
N61340 Naval Air Warfare Center Training Systems Division 12350 Research Parkway Orlando, FL
 
ZIP Code
00000
 
Solicitation Number
N6134012GSPRS
 
Response Due
8/22/2017
 
Archive Date
9/6/2017
 
Point of Contact
Jessica Roach 407-380-8112
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. The Naval Air Warfare Center Training Systems Division (NAWCTSD) Orlando intends to award a delivery order modification under Basic Ordering Agreement (BOA) N61340-12-G-0001-0001 to L-3 Technologies (L-3) for the development and delivery of L-3 specific spares for the Storage Area Network (SAN)/High Definition (HD)-9 components of Tactical Operational Flight Trainer (TOFTs located at NAWS China Lake, CA; NAS Whidbey Island, WA; NAS Lemoore, CA; and NAS Oceana, VA. As the current designer, developer, integrator, manufacturer, and supplier of a substantial share of the F/A-18 C-G TOFT hardware and software components, L-3 is the only company capable of delivering the current US Navy F/A-18E/F and EA-18G TOFT SAN/HD-9 spares in the appropriate timeframe to meet requirements needs. Award to any other contractor would result in substantial duplication of costs to the Government that would not be recovered through competition and would create unacceptable delays in fulfilling F/A-18 and EA-18G mission training requirements. This is a notice that outlines the Governments intent to contract on a sole source basis with L-3. However, interested sources may identify their interest and capability to respond to the requirements. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. In doing so, interested sources must submit detailed technical capabilities, ability to obtain FA-18 and EA-18G aircraft elements and simulation technical data, and any other information that demonstrates their ability to meet the needs of the Government. Detailed capabilities must be submitted by email to Ms. Jessica Roach (jessica.roach@navy.mil) in an electronic format that is compatible with Word 2010, no later than 22 August 2017. All information shall be furnished at no cost or obligation to the Government. Responses shall be limited to no more than TEN (10) pages. 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 not to be considered a request for quotations or proposals. No solicitation document is available. No contract will be awarded on the basis of offers received in response to this notice, but will be used to determine if a comparable source is available and more advantageous to the Government. If no affirmative written response is received, the Contract for the F/A-18 E/F and EA-18G SAN/HD-p Spares will be awarded without further notice prior to award. This acquisition is being pursued on a sole source basis under statutory authority of 10 U.S.C.(c)(1) as implemented by the Federal Acquisition Regulation (FAR) 6.302-1 (only one responsible source and no other supplies or services will satisfy agency requirements). Matters pertaining to this notification may be directed to Jessica Roach at 407-380-8112 or via email at jessica.roach@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134012GSPRS/listing.html)
 
Record
SN04616283-W 20170809/170807232007-86e5460714e3d33751a8a3a5617d1e2b (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.