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
SOLICITATION NOTICE

58 -- JOB ORDER SOLE SOURCE � TEST, TEARDOWN, EVALUATION, AND REPAIR

Notice Date
2/25/2022 11:01:20 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
N0016419GJV40_0003
 
Response Due
4/15/2022 11:00:00 AM
 
Archive Date
05/30/2022
 
Point of Contact
Rachel M. Johnson
 
E-Mail Address
rachel.m.johnson91@navy.mil
(rachel.m.johnson91@navy.mil)
 
Description
N0016419GJV40-0003 � JOB ORDER SOLE SOURCE � TEST, TEARDOWN, EVALUATION, AND REPAIR � PSC J016 � NAICS 334511 Anticipated Issue Date: 3/15/2022���� Anticipated Closing Date: 4/15/2022 - 2:00 PM EST� A Solicitation will NOT be posted to SAM.gov due to its sole source nature. The draft agreement will be issued directly to L-3 COMMUNICATIONS INTEGRATED SYSTEMS L.P. (L-3). ITEM DESCRIPTION� Naval Surface Warfare Center (NSWC) Crane has a requirement for the test, teardown and evaluation (TT&E) and repair of three (3) Wavebuster, Digital Receiver, Part Number (P/N): SK14-0126-4, Serial Number (S/N): 78185990-002, 78185991-002, and 78182978-001, as part of the Joint Signals Processor Version 4 (JSP V4). This is a Job Order (JO) under an existing Basic Ordering Agreement (BOA), N0016419GJV40 with L-3 COMMUNICATIONS INTEGRATED SYSTEMS L.P. (L-3). The proposed contract action is for the supplies or services for which the Government intends to solicit and negotiate with one source, L-3 COMMUNICATIONS INTEGRATED SYSTEMS L.P. (L-3), 10001 JACK FINNEY BLVD, GREENVILLE TX 75402-3119, under the authority of FAR 6.302-1 (statutory authority 10 U.S.C. 2304(c)(1)), only one responsible source. The basis for restricting competition is the lack of software documentation, test fixtures/stations and sufficient technical data including quality/performance acceptance test procedures, which prohibit any other source from directly manufacturing Part Number SK14-0126-4. Duplicative cost and delay are comprised from the cost to procure, re-tool, reverse engineer, generate acceptance test procedures, perform first article testing, acquire flight certification, underway for sub-surface platforms, and perform stress analysis, which would take a minimum of three to five years for development, production, and verification. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. However, a determination by the Government not to compete this proposed action based upon responses to this draft agreement 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. 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://sam.gov/ has officially replaced beta.sam.gov and FBO.gov. Questions or inquiries should be directed to Rachel Johnson, Code 0233, e-mail rachel.m.johnson91.civ@us.navy.mil.� Please reference the above solicitation number when responding to this notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/aaf5d7f0a47d4c618a130d63e3598c28/view)
 
Record
SN06251426-F 20220227/220225230112 (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.