Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2009 FBO #2799
SOLICITATION NOTICE

J -- Sole source Basic Ordering Agreement (BOA)with Lockheed Martin Corporation for Remote Minehunting System (RMS).

Notice Date
7/24/2009
 
Notice Type
Presolicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
N00024 NAVAL SEA SYSTEMS COMMAND, DC 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC
 
ZIP Code
00000
 
Solicitation Number
N0002409G6301
 
Response Due
8/21/2009
 
Archive Date
9/21/2009
 
Point of Contact
George K. Boateng 202-781-2598 George K. Boateng(202)781-2598<br />
 
E-Mail Address
George Boateng
(george.boateng@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Sea Systems Command (NAVSEA), intends to award on a sole source basis, a Basic Ordering Agreement (BOA) for Engineering Services, depot level maintenance, purchase of spares, Software support activity, implementation of technology improvements, reliability and maintainability improvements, and development of ECPs and LCS integration support for the Remote Minehunting System (RMS) with Lockheed Martin Corporation, 100 East 17th Street, Riviera Beach, FL 33404. Orders will be issued under the BOA for a period of up to five (5) years. Lockheed Martin is the sole designer, developer, and producer of the RMMV units. Lockheed Martin has been the prime contractor during all phases of the RMS evolutionary development strategy beginning with prototype development of the RMS (V)3 which was competitively awarded on August 1996. The RMS (V)4, officially designated AN/WLD-1(V)1, is based upon the RMS(V)3 design and was developed under a sole source contract N00024-02-C-6309 with Lockheed Martin. A sole source Low Rate Initial Production (LRIP) contract, N00024-05-C-6327 was awarded to Lockheed Martin in September 2005. Lockheed Martin is the only source with the requisite expertise required to provide the highly specialized equipment, technical services, and maintenance and upgrade kits needed to perform the Reliability/ Maintainability Improvements, and logistical/technical efforts expected under this BOA. No other alternatives will be accepted. This synopsis is for informational purposes only.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002409G6301/listing.html)
 
Place of Performance
Address: 1333 Isaac Hull Avenue, Washington Navy Yard, DC<br />
Zip Code: 20376<br />
 
Record
SN01886686-W 20090726/090725000112-f3e4d9b73133043c2ddc37a3651b7d0a (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.