SOURCES SOUGHT
K -- MH-60R Airborne Low Frequency Sonar (ALFS) Test Bench Baseline Configuration DO Under TDSI BOA
- Notice Date
- 3/24/2022 6:00:17 AM
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N00019-22-RFPREQ-APM299-0053
- Response Due
- 4/7/2022 8:59:00 PM
- Point of Contact
- Riley Stanton, Lynn E. Fletcher
- E-Mail Address
-
riley.n.stanton.civ@us.navy.mil, lynn.e.fletcher.civ@us.navy.mil
(riley.n.stanton.civ@us.navy.mil, lynn.e.fletcher.civ@us.navy.mil)
- Description
- The Naval Air Systems Command (NAVAIR), MH-60 PMA-299 (AIR � 2.3.4.2), Patuxent River, MD intends to negotiate an order under Basic Ordering Agreement (BOA) N00019-21-G-0018 on a sole source basis with Thales Defense & Security, Inc. (TDSI), 22605 Gateway Center Dr Clarksburg, MD 20871, in support of services procurement for the performance of Sustaining Engineering evaluation for three (3) separate Government Furnished Equipment (GFE) Specialized Test Equipment (STE) associated with the AN/AQS-22 Airborne Low Frequency Sonar (ALFS) system for integration into MH-60R, Multi-Mission Helicopter. The Government intends to procure under the authority of TDSI BOA Class Justification and Approval (CJ&A) for Other Than Full and Open Competition, in accordance with 10 U.S.C. 2304(c)(1), FAR 6.302-1(a)(2)(iii), �Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.� �TDSI is the U.S. based subsidiary of Thales Underwater Systems SAS (TUS), the original designer, developer, and manufacturer of the AN/AQS-22 ALFS System Weapon Replaceable Assemblies (WRAs) for the Transducer Assembly (TA), Reeling Machine (RM), Reeling Machine Interface Unit (RMIU), Reeling Machine Control Unit (RMCU) and Reel and Cable (R&C). TUS owns the proprietary data for these WRAs that is required to perform the efforts herein, including the applicable specifications, source code, and drawings. Thus, TDSI has access and rights to the proprietary drawings and data required to perform these efforts efficiently and effectively. TDSI is also the current repair facility for TAs and the only source with the domestic facilities, data, and experience to complete these efforts. No other firm possesses the required knowledge, experience, expertise, and proprietary technical and software data packages required to successfully fulfill this order in a timely and cost effective manner. Responsible sources may submit a capability statement, which will be considered by the agency. Any offer must clearly demonstrate the capability to respond to this requirement without detriment to the H-60 Helicopter Program and must include personnel/resources specifically qualified to provide the supplies/services described. The capability statement must include your approach to accomplish this effort in support of the H-60 Helicopter Program. This notice is not a request for proposals and does not imply or promise that the Government intends to award a contract vehicle as a result of this notice or in response to any capability statements received. The Government will not reimburse any costs incurred to prepare responses to this notice. Responses and notices shall be emailed to Ms. Riley Stanton at riley.n.stanton.civ@us.navy.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4f8073fd726b4de0b9393b1b97fcf3cb/view)
- Record
- SN06278841-F 20220326/220324230113 (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 |