Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 03, 2021 SAM #7307
SOLICITATION NOTICE

15 -- F/A-18E/F IRST Block II, Low Rate Initial Production (LRIP) - Infrared Receiver (IRR) and Processor weapon replaceable assemblies (WRAs)

Notice Date
12/1/2021 5:48:07 AM
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
21-223404
 
Response Due
5/4/2021 1:00:00 PM
 
Archive Date
12/02/2021
 
Point of Contact
Jessica Guy-Dietrich, Phone: 3017573718, Stacie Prinkey
 
E-Mail Address
jessica.guy-dietrich@navy.mil, stacie.prinkey@navy.mil
(jessica.guy-dietrich@navy.mil, stacie.prinkey@navy.mil)
 
Description
The Naval Air Systems Command (NAVAIR), Patuxent River, MD intends to procure F/A-18E/F Infrared Search and Track (IRST) Block II weapon replaceable assemblies (WRAs), specifically, Infrared Receivers (IRRs) and Processors.� In addition, the offerors must be capable of performing acceptance test procedures (ATPs) on these specific WRAs and troubleshooting any issue(s) at their facilities. The offerors also may be required to design, build, or acquire special tooling equipment (STE) if or when deemed necessary. The procurement is being pursued on a sole source basis under the statutory authority of 10 USC 2304 (C)(1) as implemented by Federal Acquisition Regulation (FAR) 6.302-1, �Only one responsible source and no other supplies or services will satisfy agency requirements.� As the contractor for the IRST system, Lockheed Martin has the manufacturing knowledge, experience, and technical data required to fulfill this requirement within the time required. This synopsis is for informational purposes only and is not a request for competitive proposals. Responsible sources may submit a Statement of Capability and Qualifications to the Contract Specialist listed demonstrating their ability to perform the Government's requirement and shall provide proof of approved facility and personnel clearances necessary to meet the delivery schedule required within 15 days from the publication date of this announcement. The Government will utilize the capability statements received solely to confirm the sole source acquisition approach or to reconsider a competitive procurement. A determination not to compete this requirement is solely within the discretion of the United States Government. For small business or subcontracting opportunities, contact LMMFC at (972) 603-2950.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/46e888e60a00404b96a945129fa93616/view)
 
Place of Performance
Address: Orlando, FL 32819, USA
Zip Code: 32819
Country: USA
 
Record
SN06188724-F 20211203/211201230116 (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.