SOLICITATION NOTICE
16 -- Lot 12 Procurement of DMC/DVMC from Harris Corporation - N00019-10-C-0050
- Notice Date
- 8/3/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N00019-10-C-0050
- Archive Date
- 9/2/2011
- Point of Contact
- Antoinette Daniels, Phone: 301-757-7029, Jan B. Roth, Phone: (301) 757-5919
- E-Mail Address
-
antoinette.daniels@navy.mil, jan.roth@navy.mil
(antoinette.daniels@navy.mil, jan.roth@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Air Systems Command (NAVAIR) Tactical Aircraft Moving Map Capability (TAMMAC) program intends to exercise two firm fixed price options (Lot 12) on Contract N00019-10-C-0050 in January 2012 to Harris Corporation, Government Communication Systems Division, located in Palm Bay, FL (POC: Douglas Hernandez, 321-727-6401). The options will include the production of approximately 145 Digital Map Computers and 80 Digital Video Map Computers units with Extension Housings. The acquisition will also include production support activities including: engineering investigations, engineering change proposals, integration and testing, spare and repair parts, engineering technical support, obsolescence analysis and redesign, and integrated logistics support.. This acquisition is being pursued on a sole source basis under the statutory authority of 10 U.S.C. 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 the requirements. Harris Corporation is the sole designer, developer, and manufacturer of the TAMMAC DMC and DVMC, and is, therefore, the only known source with the necessary knowledge, data, equipment and experience to fulfill the Government technical and schedule requirement for installation of these units in F/A-18 C/D and F/A 18 E/F, AV-8B, AH-1Z, and UH-1Y platforms. Delivery is required to the aircraft manufacturer within 12 months of award. This synopsis is not a request for proposals. The Government does not intend to fund the development or qualification of other sources for fulfilling this requirement, as production of the supplies listed requires a substantial initial investment or an extended period of preparation for manufacture. For inquiries regarding this procurement, contact Antoinette Daniels, Contract Specialist, Code 2.4.2.4.9 at (301) 757-7029, Facsimile (301) 757-5955 or via e-mail: antoinette.daniels@navy.mil, or Jan B. Roth, Contracting Officer, 2.4.2.4, Phone (301) 757-5919, Facsimile (301) 757-5955, or via e-mail: jan.roth@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00019-10-C-0050/listing.html)
- Place of Performance
- Address: Harris Corporation, 2400 Palm Bay Road, N.E., Palm Bay, Florida, 32905, United States
- Zip Code: 32905
- Zip Code: 32905
- Record
- SN02521240-W 20110805/110804000441-c113f49d4dc94c4631d45f8cb42757c6 (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 |