Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 10, 2012 FBO #3820
SOLICITATION NOTICE

J -- Follow-On Sole Source Contract for W15P7T-07-D-C401

Notice Date
5/8/2012
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
ACC-APG - Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
W15P7T12RA306
 
Response Due
5/22/2012
 
Archive Date
7/21/2012
 
Point of Contact
Nina Bushnell, 443-861-4966
 
E-Mail Address
ACC-APG - Aberdeen Division B
(nina.m.bushnell.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Government intends to award a 3 year Indefinite Delivery, Indefinite Quantity (IDIQ), Cost Plus Fixed Fee (CPFF)/Firm Fixed Price (FFP) contract on a sole source basis under the authority of FAR 6.302-1 authority of 41 U.S.C. 2304 (c)(1), Only One Responsible Source. The proposed source is Raytheon Company, 1001 Boston Post Road, Marlborough, Mass. 01752-3770. Raytheon is the sole developer, integrator, and Original Equipment Manufacturer (OEM) of the ATNAVICS and FBPAR, and is currently providing the required support services under Contract Number W15P7T-07-D-C401. The proposed action is a follow-on NMC in support of 38 AN/TPN-31 Air Traffic Navigation Integration and Coordination System (ATNAVICS) and 18 AN/FPN-67 Fixed Based Precision Approach Radar (FBPAR). Systems fielded throughout Continental United States (CONUS), and Outside the Continental United States (OCONUS) locations, to include Kuwait, Afghanistan, Germany and Korea. Services to be provided include repair of the ATNAVICS/FBPAR Line Replaceable Units (LRU), system restoration (RESET), development of a depot overhaul program and deployment of Field Service Representatives (FSR) to perform engineering services on hardware and software in support of the ATNAVICS and FBPAR for systems, and logistics related services and deliverables. The ATNAVICS and FBPAR systems provide radar surveillance and air traffic control to military and commercial aircraft in various CONUS and OCONUS locations. ATNAVICS is a highly mobile ground-controlled approach (GCA) system that provides air traffic services for the rapid deployment of troops and equipment to remote locations that do not contain operational airport control and landing systems. The system contains advanced display automation software and the ability to hold secure communications conducted from the ground-to-air and ground-to-ground. The system may be transported in a single C-130 aircraft or CH-47 helicopter and can be assembled in less than one (1) hour. The proposed action will provide support services to include repair services for the ATNAVICS/FBPAR LRU's, RESET's, development of a depot overhaul program and deployment of FSR's to perform engineering services on hardware and software in support of the ATNAVICS and FBPAR systems for systems fielded in CONUS and OCONUS locations. Please contact Nina Bushnell for a complete NSN list for LRU's. Task Orders will be issued on a FFP and CPFF basis. Contract award date expected for 27 September 2012 with an IDIQ contract value of $79,332,446.00. This is a notice of intent to award a sole source procurement action and is not a request for competitive proposals. Firms who want to challenge the sole-source must submit an interest letter that demonstrates the firm's ability to provide an equivalent service as described above. Interested parties must provide rationale, including pricing, as to why they should be considered. All interested firms must respond by May 22, 2012, 5:00 p.m. Eastern Standard Time to Nina Bushnell, REF: W15P7T-12-R-A306, nina.m.bushnell.civ@mail.mil, (443) 861-4966. A determination by the Government not to compete this proposed procurement action based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Government will not reimburse for any costs connected with providing the capability information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/65df72be0cb5136333bf2b9ed3d296f9)
 
Place of Performance
Address: Raytheon Company 1001 Boston Post Road Marlborough Ma
Zip Code: 01752-3770
 
Record
SN02742554-W 20120510/120508235740-65df72be0cb5136333bf2b9ed3d296f9 (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.