DOCUMENT
58 -- (SOLE SOURCE) LONG-RANGE SURVEILLANCE TURRET SYSTEMS, PARTS AND TECHNICAL SERVICES - Attachment
- Notice Date
- 5/10/2011
- Notice Type
- Attachment
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- N00164 NAVAL SURFACE WARFARE CENTER, INDIANA 300 Highway 361, Building 64 Crane, IN
- Solicitation Number
- N0016411RJQ03
- Response Due
- 6/30/2011
- Archive Date
- 8/15/2011
- Point of Contact
- Ms. Jeannie Swaby 812-854-5993 Ms. Jeannie Swaby, 812-854-5993
- Small Business Set-Aside
- N/A
- Description
- This synopsis is being posted to the Federal Business Opportunities (FBO) website located at http://www.fbo.gov, the Navy Electronic Commerce on Line (NECO) website located at https://www.neco.navy.mil/, and the Naval Surface Warfare Center, Crane Division, Acquisition website located at http://www.navsea.navy.mil/nswc/crane/working/contracting. FBO is the primary point of entry to be used when access to synopses and solicitations from the World Wide Web is required. However, the NECO webpage as well as the Naval Surface Warfare Center, Crane Division, Acquisition webpage serve as alternatives if the FBO website is unavailable. This synopsis advertises the Governments ™ intent to purchase supplies and services for production, installation, deployment and sustainment of the Wescam Model MX20HD Long-Range Turret system in support of the Assistant Secretary of Defense for Counter-narcotics and Global Threats (DASD-CN>) Global Discovery Program, which will provide detection and monitoring capabilities for drug interdiction and related missions. This requirement shall be governed by FAR Part 12, śAcquisition of Commercial Items ť. This solicitation will be issued on a sole source basis to L-3 Communications Wescam, 649 North Service Road West, Burlington, Ontario, Canada L7P 5B9. The basis for restricting competition is that proprietary information and data rights are owned by L-3 Communications Wescam. The Government may purchase a minimum of 1/ea; maximum of 2/ea Systems; a minimum of 1/ea; maximum of 8/ea Hand Controllers; and minimum of 1/ea; maximum of 8/ea Operator Control Unit that are necessary to install on the system. The solicitation will also include providing logistics planning and engineering technical support to facilitate system integration, and operation and maintenance of the Long-Range Turret system. CLIN-0001 - min 1. max 2 ea Long-Range Turret systems. CLIN-0002 - min 1, max 8 ea Hand Controllers. CLIN-0003 - min 1, max 8 ea Operator Control Unit. Contract/ordering period is for three years from award date of contract. The delivery date for the Long “Range Surveillance Turret systems and the associated devices and controllers shall be within 360 days after award. Delivery required shall be FOB Destination, NSWC-Crane, 300 Highway 361, Crane, IN 47522-5001. DPAS rating is DO-70. The North American Industry Classification System (NAICS) Code for this procurement is 334511 and the size standard is 750 employees Federal Supply Class 5855. The Government anticipates awarding a firm fixed price (FFP) contract with line items for the Long-Range surveillance Turret systems, interface devices, controllers and spare parts. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one source under the authority of FAR Part 6.302. Interested persons may identify to the contracting officer their interest and capacity to satisfy the Government ™s requirement or submit proposals The solicitation/request for proposal will be available on or about 31 MAY 2011 at the three websites listed above. All changes to requirements that occur prior to the closing date will be posted to the web sites. Interested vendors are responsible for monitoring the web sites for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors who submit a proposal will be provided such changes/amendments and considered for future discussions or award. No hard copies of the solicitation will be available; interested parties must download the solicitation from one of the web sites listed above. Reference the above solicitation number when responding to this notice. Interested parties may contract the Point of Contact (POC), Jeannie Swaby, at 812-854-5993 or email: jeannie.swaby@navy.mil. POC ™s mailing address is as follows: Naval Surface Warfare Center, Crane Division; Building 3291, Code CXMM (ZE); 300 Highway 361; Crane, IN 47522-5001. This synopsis/notice of intent is not a request for competitive proposals. However, all proposals received within forty-five (45) days after publication of this synopsis will be considered by the Government. It is within the sole discretion of the Government to use or not use competitive methods to award this contract, based upon responses to this notice. Information received is normally considered solely to determine whether to conduct a competitive procurement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016411RJQ03/listing.html)
- Document(s)
- Attachment
- File Name: N0016411RJQ03_11RJQ03_syn.docx (https://www.neco.navy.mil/synopsis_file/N0016411RJQ03_11RJQ03_syn.docx)
- Link: https://www.neco.navy.mil/synopsis_file/N0016411RJQ03_11RJQ03_syn.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N0016411RJQ03_11RJQ03_syn.docx (https://www.neco.navy.mil/synopsis_file/N0016411RJQ03_11RJQ03_syn.docx)
- Record
- SN02444760-W 20110512/110510235234-f214a8aff33b1172ae94038402bcd26f (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 |