SOLICITATION NOTICE
14 -- Advanced Anti-Radiation Guided Missile – Extended Range (AARGM-ER)
- Notice Date
- 10/16/2017
- Notice Type
- Presolicitation
- NAICS
- 336414
— Guided Missile and Space Vehicle Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N00019-17-PMA-242-0225
- Archive Date
- 12/15/2017
- Point of Contact
- Gina Bailey, Phone: 3017574555, Kathryn L Volpe, Phone: 301-757-5929
- E-Mail Address
-
gina.m.bailey@navy.mil, kathryn.volpe@navy.mil
(gina.m.bailey@navy.mil, kathryn.volpe@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE. The Naval Air Systems Command (NAVAIR) intends to issue an order under GSA Schedule contract GS-10F-0198P for Management, Organization and Business Improvement (MOBIS), under Blanket Purchase Agreement (BPA) N00024-13-A-0001 with A.T. Kearney, Inc. (A.T. Kearney) for studies and analysis of potentially tradeable requirements for the Advanced Anti-Radiation Guided Missile - Extended Range ( AARGM-ER) development phase. These requirements will be procured in accordance with the statutory authority permitting other than full and open competition under Title 10 U.S.C 2304(c)(1), as implemented by FAR 6.302-1, "Only one responsible source and no other supplies or services will satisfy agency requirements." A.T. Kearney is the only source capable of providing the required specialized services because it has developed unique proprietary analysis tools, methodologies, and expertise to support the Navy's system level cost optimization strategy. This expertise includes: (1) system level cost analysis with TOC Model framework, (2) demonstrated development of an Engineering Should Cost Analysis which evaluates the economy and efficiency of a Contractor's existing workforce, methods (to include industrial design, manufacturing and estimating), materials, equipment, real property, operating systems, and management, (3) demonstrated development of TOC analysis to assess acquisition life-cycle cost, and (4) a specialized technical, financial, and operational knowledge of the nature and operations of the industry or industries (materials, facilities, and methods employed by the industry). As a result, A.T. Kearney is the only known source with the experience and capability to perform Navy cross-program system level cost analysis with TOC modeling. This synopsis is published for informative purposes (THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS). A determination by the Government not to compete the proposed contract modification based upon responses to this notice is solely within the discretion of the Government. Companies interested in subcontracting opportunities should contact A.T. Kearney directly. There are no commitments by the Government to issue any solicitations, make an award or awards, or to be responsible for any monies expended by any interested parties before award of a contract for the efforts mentioned above. Information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. No telephone responses will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-17-PMA-242-0225/listing.html)
- Place of Performance
- Address: A.T. Kearney Public Sector & Defense Services, LLC, 1300 Wilson Boulevard Suite 1050, Arlington, Virginia, 22209, United States
- Zip Code: 22209
- Zip Code: 22209
- Record
- SN04714216-W 20171018/171016230839-41a5ee06c1e4c1d5df4e353d6b21bbb4 (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 |