Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2018 FBO #6000
SOLICITATION NOTICE

15 -- H-60 and Other Weapons Systems/Subsystems and Associated Supplies/Services on Basic Ordering Agreement (BOA)

Notice Date
4/26/2018
 
Notice Type
Presolicitation
 
NAICS
336411 — Aircraft 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-RFPREQ-PMA-299-0309
 
Archive Date
5/25/2018
 
Point of Contact
John F. Slade, Phone: 3019957433, Margo O'Rear, Phone: 3013422123
 
E-Mail Address
john.slade@navy.mil, margo.orear@navy.mil
(john.slade@navy.mil, margo.orear@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Systems Command (NAVAIR) intends to issue a Basic Ordering Agreement (BOA) with Lockheed Martin Rotary and Mission Systems (LM RMS) and its subsidiaries and affiliates on a sole source basis for the procurement of supplies and services in support of various United States Navy (USN) and Foreign Military Sales (FMS) programs to include, but not limited to: H-60 and all variants, H-53 and all variants, VH-92A, VH-3D, VH-60N, C-2A, E-2C, E-2D, and H-1 and all variants. The procurements will include, but are not limited to, H-60 and all variants ongoing retrofit integration, Engineering Change Proposals (ECPs), reliability and sustainability improvements, and simulators and trainers; H-53 and all variants ECPs for upgrades and obsolescence issues, obsolescence management efforts and logistics support; Presidential Helicopters (VH-92A, VH-3D, VH-60N) for engineering analysis and support, management and technical support, logistics support, development of ECPs configuration changes, computer software, trade studies, training support and test support; C-2A, E-2C and E-2D ECPs for configuration changes and forward fit upgrades and/or retrofit kits, trade studies, software development/infrastructure support, testing and experimentation, engineering sustainment support, worldwide fleet engineering/technical support and in-country contractor engineering technical support; and H-1 and all variants production support including program management, configuration management, systems engineering, logistics support and management, reliability and maintainability engineering and support, software engineering and support, and data management, and FMS Case specific non-recurring engineering. The BOA will be available for a period of five (5) years. Each order will be synopsized on the FedBizOpps website as applicable in FAR 5.201(b). The Government intends to award orders under this BOA on a sole source basis to LM RMS and its subsidiaries and affiliates 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 Part 6.302-1, "only one responsible source, and no other type of supplies or services will satisfy agency requirements." LM RMS is a prime contractor or major subcontractor of H-60 and all variants, H-53 and all variants, VH-92A, VH-3D, VH-60N C-2A, E-2C, E-2D, and H-1 and all variants. LM RMS is the only known source with the requisite knowledge, experience, expertise and proprietary technical and software data packages required to successfully perform these orders in a timely and cost efficient manner. Note: The contract orders under this BOA are for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement. This notice of intent is not a request for competitive proposals. However, any capability statements received within thirty days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete the proposed contract orders under this BOA based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Questions concerning subcontracting opportunities should be directed to Mr. Lou Neira at (607) 751-5698. Contractor Name and Address: Lockheed Martin Rotary and Mission Systems, 1801 State RT 17 C, Owego, NY 13827-3900.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-17-RFPREQ-PMA-299-0309/listing.html)
 
Place of Performance
Address: 1801 State Route 17 C, Owego, New York, 13827, United States
Zip Code: 13827
 
Record
SN04902946-W 20180428/180426231230-9b5e9bfde9465551e4b9ac5af4dce63b (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.