SPECIAL NOTICE
17 -- Business Jets
- Notice Date
- 1/26/2018
- Notice Type
- Special Notice
- NAICS
- 481211
— Nonscheduled Chartered Passenger Air Transportation
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N00421-18-R-0006
- Archive Date
- 2/10/2018
- Point of Contact
- Mary Munyindo Masamo, Phone: 3017572525, David Silverstone, Phone: 30175772528
- E-Mail Address
-
mary.masamo@navy.mil, david.silverstone@navy.mil
(mary.masamo@navy.mil, david.silverstone@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The following notice is published for informational purposes only. This is not a request by the Government for submittal of proposals or quotes of any kind. In an effort to allow the Government to refine the future requirement to compete the new Contracted Air Services (CAS) High Endurance Electronic Warfare Jet (HEEWJ), the Government intends to issue, on a Sole a Source basis, an award to L-3 Communications Vertex Aerospace LLC ("L-3") for one base year and two one-year optional periods commencing on 01 September 2018 and ending on 31 August 2021. The resultant contract will be both Firm-Fixed Price (FFP) and Cost-Plus-Fixed-Fee (CPFF). This acquisition is to provide continued Electronic Warfare ("EW") training for Fleet surface and airborne units. L-3 is the sole contractor with the type, model, and series of aircraft, knowledge, and in-depth experience required to provide the supplies/ services anticipated without unacceptable delays in fulfilling the Government's requirements. L-3 will be using its aircraft, which currently have unique and custom installed Government Furnished Equipment (GFE) EW systems that are capable of airborne threat simulation to the Fleet. Obtaining the required services by other means would create an unacceptable mission delay in fulfilling the training requirements specified by the Fleet's operational requirements. No other contractor could immediately satisfy these additional requirements without a significant disruption of services. If another contractor was selected, the Fleet would be without a valued training asset for approximately 9-12 months. This would impact multiple major training pre-deployment exercises (both east and west coast), plus the loss of unit level training prior to the major exercises. Under FAR 6.302-1, L-3 is the only source that has the knowledge, experience and capability necessary to fulfill the Government's need and meet its requirements within the defined schedule. Subcontracting opportunities should be sought directly from L-3. IMPORTANT ADDITIONAL INFORMATION FOR INTERESTED PARTIES: 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. Point of contact for this synopsis is mary.masamo@navy.mil and david.silverstone@navy.mil. Any responses to this synopsis should be sent by email accordingly.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-18-R-0006/listing.html)
- Record
- SN04801899-W 20180128/180126231540-be4f018dcad35d2fc1b0d533d3b2fb61 (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 |