Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 06, 2013 FBO #4151
SOLICITATION NOTICE

58 -- G/ATOR LRIP - J&A

Notice Date
4/4/2013
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Systems Command, 2200 Lester Street, Quantico, Virginia, 22134-5010
 
ZIP Code
22134-5010
 
Solicitation Number
M67854-13-R-0234
 
Archive Date
5/4/2013
 
Point of Contact
Sheila M. Utz, Phone: 7034325076, Jennifer L. Sellers,
 
E-Mail Address
sheila.utz@usmc.mil, jennifer.sellers@usmc.mil
(sheila.utz@usmc.mil, jennifer.sellers@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
G/ATOR LRIP J&A #15000 The Marine Corps Systems Command intends to negotiate and award a contract on a sole source basis in accordance with FAR 6.302-1 to Northrop Grumman Systems Corporation (NGSC) for the acquisition of six (6) additional Low-Rate Initial Production units of the Ground/Air Task Oriented (G/ATOR) System. The G/ATOR program is a single materiel solution for the Multi-Role Radar System (MRRS) and the Ground Weapons Locating Radar (GWLR) requirements. It is structured as an evolutionary acquisition program consisting of increments. Each increment builds upon the capabilities of the preceding block(s). The purpose of the proposed contract action is to add options to an existing contract to procure six (6) additional LRIP units for a total of eight (8) LRIP units and onboard spares in Fiscal Years (FY) 2013-2017 in accordance with the Government Performance Specification, as updated by the results of the ongoing Engineering and Manufacturing Development (EMD) test program and the product descriptions to be approved and validated at the Production Readiness Review (PRR). The LRIP Phase will include initial operating spares for LRIP, contractor engineering services and support, Developmental Test/Initial Operational Test and Evaluation Engineering (DT/IOT&E) logistics planning, and transition to production. Finally, the contractor will be required to conduct Production Verification Testing (PVT) on each LRIP unit and ensure all LRIP units represent the production configuration in accordance with the Physical Configuration Audit (PCA). If the options are exercised, the estimated delivery requirements for all eight LRIPs are as follows: LRIP 1- 3rd Qtr 2015; LRIP 2 - 4th Qtr 2015; LRIP 3 - 2nd Qtr 2016; LRIP 4 - 3rd Qtr 2016; LRIP 5 & 6 - 1st Qtr 2017; and LRIP 7 & 8 - 2nd Qtr 2017. This is not a request for proposal. No RFP is available for competitive bidding; however, interested parties may submit a statement of capability for satisfying the requirement. No telephonic requests will be accepted. All communications shall be in writing to the Contracting Officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67854/M67854-13-R-0234/listing.html)
 
Place of Performance
Address: Linthicum Heights, Maryland, 21090, United States
Zip Code: 21090
 
Record
SN03028579-W 20130406/130404234539-820c99d4056c492f511ffd046dfaab1a (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.