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
- Synopsis
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- Building 2272 47123 Buse Road Unit IPT Patuxent River MD 20670
- ZIP Code
- 20670
- Solicitation Number
- N00019-17-RFPREQ-PMA-299-0309
- Response Due
- 5/10/2018
- Point of Contact
- John F. Slade, Contract Specialist, Phone 3019957433, - Margo O'Rear, Procuring Contracting Officer, Phone 3013422123
- E-Mail Address
-
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: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (26-APR-2018). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 04-MAR-2019, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(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, NY
- Zip Code: 13827
- Country: US
- Zip Code: 13827
- Record
- SN05238485-F 20190306/190304230010 (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 |