Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 11, 2022 SAM #7651
SPECIAL NOTICE

J -- SOLE SOURCE � REQUEST FOR INFORMATION (RFI) -COMBAT SYSTEM MISSION CREW WORKSTATION AND THE AN/DPX-7 IDENTIFICATION FRIEND OR FOE REDUCED SIZE TRANSPONDER PRODUCTION, REPAIRS, AND SUPPORT SERVICES

Notice Date
11/9/2022 10:46:51 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
N0016423SNB02
 
Response Due
11/30/2022 11:00:00 AM
 
Point of Contact
Christina Lane
 
E-Mail Address
christina.a.lane9@us.navy.mil
(christina.a.lane9@us.navy.mil)
 
Description
N0016423SNB02 � SOLE SOURCE � REQUEST FOR INFORMATION (RFI) -COMBAT SYSTEM MISSION CREW WORKSTATION AND THE AN/DPX-7 IDENTIFICATION FRIEND OR FOE REDUCED SIZE TRANSPONDER PRODUCTION, REPAIRS, AND SUPPORT SERVICES� PSC: J016, R425, 1680 � NAICS 334511 Issue Date: 09 November 2022 � Closing Date: 30 November 2022 � 2:00p.m. Time Eastern Request for Information: Naval Surface Warfare Center (NSWC) Crane has a requirement for information. The United States Government is issuing this RFI announcement as part of market research to justify the Government�s position to award a Sole Source, 5-year Basic Ordering Agreement to BAE Systems Information and Electronics in support of Maritime Patrol and Reconnaissance Aircraft PMA-290 and Persistent Maritime Unmanned Aircraft Systems PMA-262. This market research effort includes, but not limited to, Procurement of Repair/Rework and Maintenance, Engineering Support Services, Research and Development, Test and Evaluation, Redesign and Modification, Data Collection, Logistics Support Services and Travel in support of Combat System Mission Crew Workstation and the AN/DPX-7 Identification Friend or Foe Reduced Size Transponder. Job Orders shall be within scope, issued within ordering period, and be within the maximum total dollar value of approximately $22,450,000 over a five-year period. Each Job Order will be synopsized. The proposed Agreement is for the supplies and services for which the Government intends to solicit and negotiate with one source, BAE Systems Information and Electronics, 450 Pulaski Road, Greenlawn, New York 11740, under authority of FAR 6.302-1 (statutory authority 10 U.S.C. 2304(c)(1)), only one responsible source. This is being sole sourced due to lack of sufficient technical data, extensive duplication of costs to include procure, re-tool, reverse engineer, generate acceptance test procedures, perform first article testing, acquire flight certification, perform stress analysis and environmental qualifications to the Government that are not expected to be recovered through competition. This is also being sole sourced due to unacceptable delays in fulfilling the agency requirement through any other source. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. 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. Responses to the Market Survey shall include the following: Submitter�s Name Street Address, City, State, Zip Code Business Size Point of Contact (POC) POC Telephone Announcement Number: N0016423SNB02 A white paper no longer than 5 pages, and/or other pertinent information, such as a description with performance parameters and a statement of current availability, summary of prior testing, test reports, a budgetary estimate of test articles, production units, production quantity breaks, mitigate the reason why the Government should not procure this effort on a sole source basis as stated above, and /or identify other Government contracts with similar efforts for the Government�s consideration. If any part of the submittal is classified, please contact the below POC for appropriate submission information. However, a determination by the Government not to compete 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. At the current time, NO FUNDING IS AVAILABLE for contractual efforts.� This RFI does not constitute an Invitation for Bids, a Request for Quote, or a Request for Proposal and it should not be construed as a commitment of any kind by the government to issue a formal solicitation or ultimately award a contract.� The US Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement.� Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. Questions and responses should be directed to Christina Lane, Code 0233, at telephone (812) 854-2737 or email: christina.a.lane9@us.navy.mil. The mailing address is: Christina Lane Code 0233, Bldg. 3373 Room 223, NSWC Crane, 300 Highway 361, Crane, IN 47522-5001. Reference the above announcement number when responding to this notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/323b00040d8943da87f631b04437a1d8/view)
 
Record
SN06513442-F 20221111/221109230109 (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.