Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 14, 2012 FBO #4038
MODIFICATION

13 -- FMU-139 C/B Additional Quantities

Notice Date
12/12/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00019-13-P7-AZ006
 
Archive Date
1/15/2013
 
Point of Contact
David Andreoli, Phone: 732-323-5208, Jamie D Billig, Phone: (301) 342-1114
 
E-Mail Address
david.andreoli@navy.mil, jamie.billig@navy.mil
(david.andreoli@navy.mil, jamie.billig@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Systems Command, Precision Strike Weapons Program Office (PMA-201), intends to competitively award a single firm-fixed price (FFP) contract to either ALLIANT TECHSYSTEMS INC. (ATK) (CAGE Code: 70272) or KDI PRECISION PRODUCTS, INC/L-3 COM (L-3) (CAGE Code: 66126), for the acquisition of the FMU-139C/B Electronic Bomb Fuze, (NSNs: 1325-01-535-6160, 1325-01-535-6164, 1325-01-517-2822 and/or 1325-01-517-2828) for the United States Navy (USN) and Foreign Military Sales (FMS). The objective of this effort is to contract with either of the two currently approved and qualified sources to produce and deliver a limited quantity of FMU-139C/B fuzes. This competition is restricted to existing qualified sources and this award will not be delayed to qualify additional sources. Both of the above listed firms are currently under contract to produce and deliver FMU-139C/B fuzes in accordance with FMU-139C/B Electronic Bomb Fuze Performance Specification PMA-201-03-003. In addition, both firms were found, via a previous limited competition effort, to have technically acceptable proposals for the production of FMU-139C/B fuzes produced in accordance with Performance Specification PMA-201-03-003A. L-3 is currently under contract, and in production to deliver, FMU-139C/B fuzes in accordance with Performance Specification PMA-201-03-003A. The production units intended to be procured under this effort shall meet the requirements of the Performance Specification PMA201-03-003A. It is noted that the First Article Test (FAT) requirement is part of the specification. Use of qualified sources will mitigate risk of invalidation of previously obtained FMU-139C/B safety certifications and flight clearances for military aircraft. The above listed firms are the Original Equipment Manufacturers for their respective designs of the FMU-139C/B fuze and all associated technical data is proprietary. As the only designers, developers, manufacturers and suppliers of the FMU-139C/B fuze, the above listed firms possess the peculiar engineering capability, resources, expertise, intricate knowledge and proprietary technical data necessary to satisfy the Government's need and schedule requirements for the FMU-139C/B fuze. Initial production deliveries are required twelve months after contract award. This acquisition is being pursued under the statutory 10 U.S.C. 2304(c)(1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1, only one or a limited number of responsible source(s) and no other supplies or services will satisfy agency requirements. A determination by the Government to limit this competition to qualified sources is solely within the discretion of the Government. The Government does not own the data or the rights to the data required to purchase this component from other sources. Subcontracting opportunities may be available and should be sought by contacting the above listed firms. Comments shall be submitted via electronic mail (email) in Microsoft Word or Microsoft Excel format, or Portable Document Format (PDF). When submitting, please include company name, address, point of contact, email address, phone number and fax number. All responses must be unclassified. If including proprietary information in the response: (1) ensure proprietary information is marked appropriately; and, (2) identify disposition instructions. Any information that is not marked as proprietary will not be considered as proprietary and may be subject to disclosure to third parties. Comments must be submitted no later than 5:00 p.m. on XX December 2012 to either Mr. David Andreoli at david.andreoli@navy.mil or Mr. Jamie Billig at jamie.billig@navy.mil or mailed to DEPARTMENT OF THE NAVY, NAVAL AIR SYSTEMS COMMAND, CONTRACTS DEPARTMENT, ATTN: Jamie Billig, AIR 2.4.4.3, SUITE 256, BLDG 2272, Patuxent River, MD, 20670. The Government will review all comments or requests for information received prior to the release of the formal Request for Proposal (RFP), but will only post responses if deemed necessary. No response will be provided to any question or comment with proprietary or restrictive markings. Industry is reminded that responses to this synopsis are NOT a request to be added to a prospective Offerors list or to receive a copy of the solicitation, though requests for information related to this posting may be considered. This synopsis IS NOT A REQUEST FOR PROPOSAL (RFP) nor does it restrict the Government in determining or planning its acquisition approach. The Government will not reimburse interested sources for any costs incurred in preparation of a response to this notice. Information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. If a solicitation is released it will be synopsized in Fed Biz Opps (http://www.fedbizopps.gov). It is the potential Offeror's responsibility to monitor this site for the release of any solicitation or synopsis. Once NAVAIR finalizes its requirements for the subject effort, a prerequisite for receiving a contract award is in the DOD's Central Contractor Registration (CCR) database. For more information on the CCR, contact the CCR Assistance Center at (888) 227-2423 or website at http://www.ccr.gov. There is no commitment by the Government to issue a solicitation, make an award or awards, or to be responsible for any monies expended by any interested parties before award of a contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-13-P7-AZ006/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN02947326-W 20121214/121212234605-8d65e91ea0a7038271ab22b32992122f (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.