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 />
- 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 |