Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 15, 2018 FBO #5987
SOLICITATION NOTICE

59 -- Type 3 AMC Conversion AMC 265 & AMC 275

Notice Date
4/13/2018
 
Notice Type
Presolicitation
 
NAICS
334111 — Electronic Computer 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
N00019-18-RFPREQ-PMA-209-398
 
Archive Date
5/15/2018
 
Point of Contact
Karen D. Lynch, Phone: 301-757-6720
 
E-Mail Address
Karen.d.lynch@navy.mil
(Karen.d.lynch@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Systems Command (NAVAIR), Air Combat Electronics Program (PMA 209), Patuxent River, MD intends to negotiate and award a sole-source, cost reimbursement Delivery Order under Basic Ordering Agreement (BOA) N00019-17-G-0007 to General Dynamics Mission Systems, Inc. (GD-MS), 8800 Queen Avenue S., Bloomington, MN to provide Advanced Mission Computer (AMC) asset conversion of Government Furnished Equipment (GFE) AMC assets from Type 3-265 configuration AMCs to Type 3-275 configuration AMCs in support of F/A-18E/F aircraft production and fleet upgrades. This acquisition is being pursued on a sole-source basis under the authority of 10 U.S.C. 2304(c)(1), as implemented by Federal Acquisition Regulation (FAR) Part 6.302-1, "only one responsible source and no other supplies or services will satisfy agency requirements." GD-MS maintains the expertise for AMC&D Weapon Replacement Assemblies (WRA) requirement. The technical data along with an understanding of the internal design and functional requirements of the legacy AN/AYK-14, AMC, MSC, and MDP are necessary to support all production modifications to any internal component for the WRAs without negatively impacting the overall mission system performance. GD-MS possesses the requisite knowledge of the designs, operation, and maintenance required to satisfy the Government's needs. This synopsis is not a Request for Proposals. The Government does not intend to fund the development or qualification of other sources for fulfilling this requirement. All responsible sources may submit a capability statement, which shall be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-18-RFPREQ-PMA-209-398/listing.html)
 
Place of Performance
Address: 8800 Queen Avenue S., Bloomington, Minnesota, United States
 
Record
SN04889065-W 20180415/180413230735-0ae4b7a0cec2c455ef03396d072a2fb4 (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.