Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 27, 2022 SAM #7394
SPECIAL NOTICE

K -- SOLE SOURCE � PROGRAM MANAGEMENT AND SOFTWARE UPGRADE FOR NAVAIR PMA-290E EP-3 AND BURMA MISSION SOFTWARE

Notice Date
2/25/2022 12:25:42 PM
 
Notice Type
Special Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NSWC CRANE CRANE IN 47522-5001 USA
 
ZIP Code
47522-5001
 
Solicitation Number
N0016422GJQ08_0032
 
Response Due
3/15/2022 2:30:00 PM
 
Point of Contact
Harlie Godsey, Vonda Pollock, Phone: 8128543683
 
E-Mail Address
harlie.m.godsey.civ@us.navy.mil, Vonda.Pollock@navy.mil
(harlie.m.godsey.civ@us.navy.mil, Vonda.Pollock@navy.mil)
 
Description
N0016422GJQ08 �0032 SOLE SOURCE � PROGRAM MANAGEMENT AND SOFTWARE UPGRADE� FOR NAVAIR PMA-290E EP-3 AND BURMA MISSION SOFTWARE � PSC K016 � NAICS 336413 Issue Date: 25 FEB 2022 � Closing Date: 15 MAR 2022 � 5:30 pm ITEM DESCRIPTION - Naval Surface Warfare Center (NSWC) intends to issue a five year Basic Ordering Agreement (BOA), N0016422GJQ08, and Job Orders (JOs), to provide program management, technical and software upgrade, component upgrade,� engineering management and logistics support for NAVAIR PMA-290E EP-3 and Special Projects Aircraft Burma Mission Management Software. The BOA will be issued to Sierra Nevada Company (CAGE: 8X691) located in Sparks, NV at an estimated amount of $1,999,576. The proposed contract action is for the upgrade/services for which the Government intends to solicit and negotiate with one source. Acquisitions under the BOA will be conducted on a sole source basis in accordance with statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1. This is being sole sourced because of the lack of sufficient technical data, restricted software rights, duplicative cost to the Government that is not expected to be recovered through competition, and the unacceptable delays in fulfilling the agency requirement through any other source. 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. Only Sierra Nevada Company can provide the technical expertise and resources to fulfill the required delivery schedule and technical requirements. The limited data that the Government possesses is not adequate to conduct a competitive procurement. SNC possesses the requisite design history, previous integrating lessons learned, capabilities knowledge, detailed understanding and overall technical expertise to achieve successful program requirements. Significant investments in design, development, and testing have been made by the Government. Selection of another source in an attempt to fulfill this requirement would require the production and testing of a first article to obtain safety and airworthiness certifications. The estimate is based upon engineering judgement. Request for Proposal (RFP) will not be made available through https://www.sam.gov. The RFP will be provided to SNC through electronic mail. The proposed noncompetitive contract action is anticipated to be awarded under FAR Part 15, contracting by negotiations. Responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. Companies interested in subcontracting opportunities should contact SNC directly. 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 1-866-6068220 or via the internet at https://www.sam.gov. Questions or inquiries should be directed to Harlie Godsey, Code 0231, e-mail harlie.m.godsey.civ@us.navy.mil or Vonda Pollock at telephone 812-854-3683.� Please reference the above solicitation number when responding to this notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3441f802c92d4593bef094bc4157d785/view)
 
Record
SN06250978-F 20220227/220225230109 (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.