Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 01, 2023 SAM #7886
SOLICITATION NOTICE

16 -- IRST Block II IDA Redesign Phase II

Notice Date
6/29/2023 8:40:52 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
N00019-24-RFPREQ-TPM265-0054
 
Response Due
7/14/2023 2:00:00 PM
 
Archive Date
07/29/2023
 
Point of Contact
Quinton Dobis, Julie Gill, Phone: 3013427607
 
E-Mail Address
quinton.a.dobis.civ@us.navy.mil, julie.m.gill2.civ@us.navy.mil
(quinton.a.dobis.civ@us.navy.mil, julie.m.gill2.civ@us.navy.mil)
 
Description
The Naval Air Systems Command (NAVAIR) at Patuxent River, MD announces its intention to award a sole source, delivery order under Lockheed Martin BOA for Non-Recurring Engineering (NRE) for phase 2 development of an improved Readout Integrated Circuit (ROIC) for the F/A-18E/F Infrared Search and Track (IRTS) Block II Integrated Detector Assembly (IDA). The offeror must be capable of performing NRE to existing developed IDA to redesign and improve the performance. This procurement is being pursued on a sole source basis under the statutory authority of 10 U.S.C. 3204(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 original equipment manufacturer of the F/A-18E/F IDA, only 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, 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, to the Contract Specialist listed below 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.� Firms interested in subcontracting opportunities may contact Stacey Washington, Lockheed Martin, at 972-603-2950. This synopsis is for informational purposes only and is not a request for competitive proposals. Contracting Office Address: Building 2272 47123 Buse Road Unit IPT Patuxent River, Maryland 20670� United States�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/708cb885efc94ebea396fff8c08b2740/view)
 
Place of Performance
Address: Orlando, FL, USA
Country: USA
 
Record
SN06732448-F 20230701/230629230053 (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.