SOLICITATION NOTICE
J -- NAWCTSD Orlando intends to contract with Northrop Grumman Technical Services, Inc. (Norfolk, VA) on a sole-source basis
- Notice Date
- 10/25/2017
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- N61340 Naval Air Warfare Center Training Systems Division 12211 Science Drive, Orlando, FL
- ZIP Code
- 00000
- Solicitation Number
- N6134018R0011
- Response Due
- 11/9/2017
- Archive Date
- 11/24/2017
- Point of Contact
- Demetrius Walker 407-380-4597 Contracting Officer: Ms. Rachel Smith, Phone: 407-380-4452, Email: rachel.e.smith@navy.mil; Contract Specialist: Mr. Demetrius Walker Phone: 407-380-4597, Email: demetrius.walker2@navy
- E-Mail Address
-
demetrius.walker2@navy.mil
(demetrius.walker2@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Air Warfare Center Training Systems Division (NAWCTSD) Contracts Department, Orlando, FL announces its intention to negotiate, on a sole source basis, a Firm Fixed Price (FFP) contract with a 5 year period of performance (one base year plus four option years) to provide engineering, maintenance and logistical support services for the maintenance and repair of E2/C2 radar, associated avionics systems and the radar test bench located at: Fleet Readiness Center Mid-Atlantic (FRCMA), Norfolk, VA, Naval Base Ventura County (NBVC), Point Mugu, CA, Fleet Readiness Center South West (FRCSW), Naval Air Station North Island (NASNI), CA. This effort will require contractor personnel who possess manufacturer-level functional knowledge of E2/C2 Avionics weapons replaceable assemblies (WRA ™s)/shop replaceable assemblies (SRA ™s) and associated test equipment and are skilled at evaluating failure modes and providing timely efficient methods of repair. In addition, the effort will include logistics support to Commander Airborne Command Control and Logistics Wing (COMACCLOGWING) by providing cost avoidance capability through performance of logistical reach-back capabilities to OEM drawings and supply parts information not available through naval technical manuals support. Northrop Grumman (NG) accomplished the predecessor contracts (N61340-13-C-0008 and N61340-13-C-0009). Sole source authority was previously granted in accordance with 10USC 2304(c)(1) as implemented by FAR 6.302-1 within Class Justification and Approval (CJ and A) CJA_13_22915 authorization expected the requirement to continue through 2025. It was therein determined that Northrop Grumman is the only source with the requisite knowledge and expertise to provide the service described above. Current market research revealed no change in the basis for approval under that CJ and A, which was as follows: NG is the OEM for the E2/C2 Avionics systems, and maintains and holds all proprietary data supporting the radar systems and test benches. Northrop Grumman has manufacturer-level knowledge of system functionality, is skilled at evaluating failure modes, and provides timely systems repairs on the test bench. Be advised that the aforementioned information is anticipatory in nature and is not binding. This notice is not a request for competitive proposals. It is a notice outlining the government ™s intent to contract on a sole source basis with Northrop Grumman. Interested sources are solicited to provide their written technical capabilities. Written response to this notice must show clear and convincing evidence that competition would be advantageous to 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 notice 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 written challenge to this synopsis is received, a justification and approval (J and A) for other than full and open competition in accordance with the statutory authority of 10 U.S.C. 2304 (c)(1) as implemented by Federal Acquisition Regulation (FAR) subpart 6.303 based on the rationale provided above will be initiated. If conducted as a sole source procurement, a separate synopsis will not follow. Interested sources must submit detailed written capabilities to perform the required service. Detailed written capabilities of no greater than 10 pages must be submitted by email to Mr. Demetrius Walker (demetrius.walker2@navy.mil) in an electronic format that is compatible with Microsoft Office 2010 applications (MS Word), no later than close of business on Thursday, 09 November 2017. Verbal submissions via phone will not be honored. All information shall be furnished at no cost or obligation to the Government. Any firms believing that they can fulfill the requirement of providing these services may be considered by the agency. Submissions must clearly show the firm ™s ability to be responsive without compromising the quality, accuracy, and reliability of services provided and without causing programmatic hardship. Anticipated Contracting Date: Must be awarded NLT 4 December 2017 FSC code: J016
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134018R0011/listing.html)
- Record
- SN04722322-W 20171027/171025230838-8a3f9df12c39162437c88c357318eaaa (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 |