Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2020 SAM #6700
SOLICITATION NOTICE

J -- SOLE SOURCE �SOLID STATE SWITCH ASSEMBLY (SSSA) MOD KITS FOR INSTALLATION AND CHECKOUT (INCO) SPARES TO SUPPORT AN/SPY RADAR SYSTEM, MK99 FIRE CONTROL SYSTEM (FCS), AN/SPS-49 RADAR SYSTEM, ASSOCIATED TRANSMITTER GROUPS AND ANCILLARY EQUIPMENT

Notice Date
4/1/2020 10:22:28 AM
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NSWC CRANE CRANE IN 47522-5001 USA
 
ZIP Code
47522-5001
 
Solicitation Number
N0016420GWP61_0003
 
Response Due
5/1/2020 11:00:00 AM
 
Archive Date
06/15/2020
 
Point of Contact
Logan Wagler, Phone: 8128541061
 
E-Mail Address
logan.wagler@navy.mil
(logan.wagler@navy.mil)
 
Description
N0016420GWP61_0003 � SOLE SOURCE �SOLID STATE SWITCH ASSEMBLY (SSSA) MOD KITS FOR INSTALLATION AND CHECKOUT (INCO) SPARES TO SUPPORT AN/SPY RADAR SYSTEM, MK99 FIRE CONTROL SYSTEM (FCS), AN/SPS-49 RADAR SYSTEM, ASSOCIATED TRANSMITTER GROUPS AND ANCILLARY EQUIPMENT � PSC J012 � NAICS 334511 Synopsis Issue Date: 01 APR 2020 � Synopsis Closing Date: 01 MAY 2020 � 2:00 P.M. EST Naval Surface Warfare Center (NSWC) Crane has a requirement for nine (9) Solid State Switch Assembly (SSSA) Mod Kits for Installation and Checkout (INCO) Spares, with an option for an additional one to five (1-5) kits. These kits are to support AN/SPY radar system, MK99 fire control system (FCS), AN/SPS-49 radar system, associated transmitter groups and ancillary equipment. The proposed contract action is for supplies for which the Government intends to solicit and negotiate with one source, Raytheon Company; 1001 Boston Post Rd E, Marlborough, MA, 01752-3770, under the authority of FAR 6.302-1 (statutory authority 10 U.S.C. 2304(c)(1)), Only One Responsible Source. This is being sole sourced because Raytheon is the only source capable of providing the required services and supplies in support of these specialized systems. All responsible sources may submit a capability statement which shall be considered by the agency. However, a determination by the Government not to compete with this proposed contract based upon responses to this solicitation 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. The Government will not post the request for proposal on the Government Point of Entry. The request for proposal will be sent directly to Raytheon Company. Interested parties may contact the POC at the end of this synopsis to obtain the request for proposal. FOB Destination is anticipated to be required for delivery. The estimated contract maximum is $8,064,393.00 and the Contract duration is estimated at two (2) years and. Contractors must be properly registered in the System for Award Management (SAM). Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220 or via the internet at https://www.sam.gov. Contract Opportunities on https://beta.sam.gov/ has officially replaced FBO.gov All changes that occur prior to the closing date will be posted to Contract Opportunities on https://beta.sam.gov/. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and / or award.� Questions or inquiries should be directed to Logan Wagler, Code 0241, telephone 812-854-1061, e-mail logan.wagler@navy.mil.� Please reference the above solicitation number when responding to this notice.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a2040da558f04558a0e3594df7244aec/view)
 
Record
SN05607000-F 20200403/200401230142 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.