Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 05, 2024 SAM #8226
SOLICITATION NOTICE

49 -- Common Radio Frequency Flightline Tester (CRAFT) repairs and installs

Notice Date
6/3/2024 1:23:40 PM
 
Notice Type
Presolicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N6833524R0202
 
Response Due
6/18/2024 2:00:00 PM
 
Archive Date
07/03/2024
 
Point of Contact
Paras Patel, Phone: 2405871627
 
E-Mail Address
paras.d.patel.civ@us.navy.mil
(paras.d.patel.civ@us.navy.mil)
 
Description
The Naval Air Warfare Center Aircraft Division Lakehurst, NJ intends to negotiate a sole source, Fixed Price modification to an existing Indefinite Quantity Indefinite Delivery contract N68335-22-D-0013 that is issued to TEL-INSTRUMENT ELECTRONICS CORP. (Tel) (CAGE 92606) in East Rutherford, NJ for the procurement of AN/USM-719 (P/N: 90000121, NIIN: 015652569) Domestic Obsolescence Upgrade kits and installs along with the procurement of -708 (P/N: 90000108, NIIN: 015412764) and AN/USM-719 (P/N: 90000121, NIIN: 015652569) CRAFT obsolescence upgrade kits and installs. The procurement will allow for the maintenance of the existing CRAFT AN/USM-719 system, to include tear down, evaluation, and repair.� This effort also includes the addition of production kits and installs necessary for a one-time mid-life Engineering Change Proposal (ECP) for the modification and upgrade of the AN/USM-719 Ramp Test Set, which is a shipboard IFF variant of the CRAFT. Additionally, the scope will allow FMS to procure production kits and installs for both the AN/USM-719 and the AN/USM-708 CRAFT.�� The Government intends to procure the above items under the statutory authority of Title 10, U.S.C. Section 2304(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."" Tel is the design activity and is the OEM of the kits. The Government requirement is tied to a sustainment timeline that is non-negotiable. Any development or reverse-engineering effort that would disrupt that timeline is not acceptable to meet government requirements. New software and development efforts resulting in part number changes would result in a requirement to fully re-certify the system in RF Spectrum and AIMS, as well as result in a new calibration procedure, which could add years to the execution of the ECP. The OEM has a plan to re-host the existing software with minimal certification impacts and no changes to the existing calibration procedures. Any third party would need to re-create already existing software and hardware tools and processes that are already in place at the OEM, and this path would not be in the best interest of the Government based on the existing sustainment constraints and challenges the Fleet is facing. This notification is not a request for competitive proposals. However, all responses received within fifteen (15) days after the date of publication of this synopsis will be considered by the Government.� A determination by the Government not to open the requirement to competition based on responses to this notice is solely within the discretion of the Government. Information received as a result of the notice of intent will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. No solicitation will be available for this procurement. Responses stating interest must be received within fifteen (15) days of publication of this notice. The Point of Contact to receive an RFP is Mr. Paras Patel, paras.d.patel.civ@us.navy.mil, Code BL51000, 240-587-1627. Offerors must be registered in the System for Award Management (SAM) Database prior to submission of an offer to be considered for award of any DoD contract. This may be accomplished electronically at: https://www.sam.gov/SAM/.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0ddb16caf5de41558db83fc5c291e5d4/view)
 
Place of Performance
Address: Joint Base MDL, NJ, USA
Country: USA
 
Record
SN07084125-F 20240605/240603230042 (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.