SPECIAL 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
- 6/7/2021 10:28:55 AM
- Notice Type
- Special Notice
- 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_N0016421FW066_P00001
- Response Due
- 6/28/2021 11:00:00 AM
- Archive Date
- 07/13/2021
- Point of Contact
- Logan Wagler, Phone: 8128541061
- E-Mail Address
-
logan.wagler@navy.mil
(logan.wagler@navy.mil)
- Description
- N0016420GWP61_N0016421FW066_P00001 � 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: 07 JUNE 2021 � Synopsis Closing Date: 28 JUNE 2021 � 2:00 P.M. EST Naval Surface Warfare Center (NSWC) Crane has a requirement for an additional five (5) Solid State Switch Assembly (SSSA) Mod Kits for Installation and Checkout (INCO) Spares.� 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. FOB Origin is anticipated to be required for delivery. The job order modification for these additional kits totals $3,670,000.00, �and final delivery is anticipated on 30 September 2023. 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/. 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/efab28ea91ef4983b01a8bfbd5115230/view)
- Record
- SN06023100-F 20210609/210608201648 (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 |