Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 18, 2020 SAM #6806
SOLICITATION NOTICE

69 -- PROVISION ITEM ORDER (PIO) AND CONTRACTOR LOGISTICS SUPPORT (CLS) FOR THE AV-8B WEAPONS SYSTEMS TRAINER DEVICE

Notice Date
7/16/2020 7:37:27 AM
 
Notice Type
Presolicitation
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
NAWC TRAINING SYSTEMS DIV ORLANDO FL 32826-3224 USA
 
ZIP Code
32826-3224
 
Solicitation Number
N6134019F0035
 
Response Due
7/31/2020 9:00:00 AM
 
Archive Date
07/31/2020
 
Point of Contact
Sara Robinson, Phone: 4073804027
 
E-Mail Address
sara.robinson@navy.mil
(sara.robinson@navy.mil)
 
Description
DISCLAIMER THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. �� INTRODUCTION The Naval Air Warfare Center � Training Systems Division (NAWC-TSD) Procurement Group announces its intention to procure, on behalf of Naval Air Systems Command (NAVAIR) PMA-205, Support Spares, referred to as Provisioned Item Orders (PIOs) and Contractor Logistics Support (CLS) services for the Weapon Systems Trainer (WST) Device 2F150F.� The PIO/spare parts are for repair, and for support required to operate and maintain WST device 2F150F. The CLS services provides initial fielding operations support during deployment of the product support package. PLACE OF PERFORMANCE All WSTs are located at Marine Corps Air Station (MCAS) Cherry Point, North Carolina (NC). REQUIREMENTS Provisioned Item Order (PIO) This requirement is for the procurement and delivery of brand name support spares available. �In order to maintain configuration management the Government requires exact spare parts as identified in Enclosure 1. It is essential to procure this initial material support spares package prior to delivery of the first device in September 2020, in order to meet the training system�s operational needs. The support items required for this procurement include mission critical components and configuration items. In addition, these items are trainer specific, and allow for the form, fit and functionality that is necessary for maintaining the trainer, and assists to ensure the Government mitigates trainer obsolescence issues to the maximum extent practicable. Contractor Logistics Support (CLS) This requirement is for three months of onsite contractor support for the first accepted WST device, starting in September 2020. Included will be (2) priced options each for two months of on-call support. The total period of performance will be seven months and conclude in late March 2021; which includes all options. To meet the government�s minimum needs, this action is being awarded on a sole-source basis to CymSTAR�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 supplies or services will satisfy agency requirements. CymSTAR is the only source qualified to procure the Initial Spares items and CFS and CLS to meet the government�s needs of completing all Technological Refresh program requirements and restore the AV-8B WSTs to training as soon as possible without delaying or �gapping� trainer availability. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. Interested parties 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 fifteen (15) days after publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract 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. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/73fe66c5e16d462db294fb5397f67202/view)
 
Place of Performance
Address: FL 32826, USA
Zip Code: 32826
Country: USA
 
Record
SN05723984-F 20200718/200716230202 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.