Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 23, 2018 FBO #6148
SPECIAL NOTICE

14 -- Notice of Intent to Solicit a single source FY19 SM-3 BLK IIA Production

Notice Date
9/21/2018
 
Notice Type
Special Notice
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
Other Defense Agencies, Missile Defense Agency, MDA-DACW, 5224 Martin Road, Redstone Arsendal, Alabama, 35898, United States
 
ZIP Code
35898
 
Solicitation Number
HQ0276-18-R-0001
 
Archive Date
10/30/2018
 
Point of Contact
Eric N. Christiansen, Phone: 5406636129, John T Seamon, Phone: 540-663-1723
 
E-Mail Address
eric.christiansen@mda.mil, john.seamon@mda.mil
(eric.christiansen@mda.mil, john.seamon@mda.mil)
 
Small Business Set-Aside
N/A
 
Description
Pre-solicitation notice of the Missile Defense Agency's (MDA) intent to award a sole-source contract to Raytheon Missile Systems (RMS) of Tucson, Arizona in accordance with Federal Acquisition Regulation (FAR) Subpart 5.201. This sole-source contract action is for the production and delivery of U.S. Government and Foreign Military Sales (FMS) Standard Missile-3 (SM-3) Block (BLK) IIA All-Up- Rounds (AURs) beginning in Fiscal Year (FY) 2019. In addition, this contract action is contingent upon the SM-3 BLK IIA program obtaining an Initial Production Decision. Aegis Ballistic Missile Defense (BMD) is the naval component of the MDA's Ballistic Missile Defense System (BMDS). Aegis BMD builds upon the Aegis Weapon System, Standard Missile, Navy and Joint Forces' Command, Control and Communication systems. In recognition of its scalability, Aegis BMD SM-3 system is a keystone in the European Phased Adaptive Approach (EPAA) for missile defense. This contractor is a highly specialized source and no other known suppliers or services will satisfy agency requirements. RMS has been the AUR design agent for all Standard Missile variants since 1966. As a result of RMS's involvement in the Aegis BMD Program, it is the only known source that currently possesses the in-depth technical knowledge of the system to satisfactorily perform the work. This expertise cannot be attained by any other contractor within the anticipated period of performance without incurring a substantial duplication of costs and an unacceptable delay in fulfilling the Agency's requirements. The anticipated period of performance (POP) is five (5) years after contract award and will occur from 2019 through 2023. Additional AURs for following procurement years may be negotiated and could extend the PoP through FY27. The proposed contract actions are for the procurement of SM-3 BLK IIA AURs for which the U.S. Government intends to solicit and negotiate with only one (1) source under the authority of 10 U.S.C. 2304(c)(1) as implemented by Federal Acquisition Regulation 6.302-1. FMS Option Contract Line Item Numbers (CLINs) shall also be included in the contract resulting from solicitation HQ0276-18-R-0001. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97. The solicitation number is HQ0276-18-R-0001. The associated North American Industrial Classification System (NAICS) code for this procurement is 336414 with a small business size standard of one thousand two hundred fifty (1,250) employees. This requirement is not a set-aside. All responsible sources may submit a capability statement, proposal, or quotation for consideration by the agency. Capability statements, proposals, or quotations should be submitted to the Missile Defense Agency, Attn: IIA Contracting Officer, 17211 Avenue D, Suite 160, Dahlgren, Virginia 22448-5148 no later than October 15, 2018. Companies interested in subcontracting opportunities should contact RMS directly.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5e80bf83c53160b84bb7fea402d9357c)
 
Place of Performance
Address: Raytheon Missile Systems Company, 1151 E Hermans Road, Tucson, Arizona, 85756-9367, United States
Zip Code: 85756-9367
 
Record
SN05100999-W 20180923/180921231014-5e80bf83c53160b84bb7fea402d9357c (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.