MODIFICATION
49 -- SOLE SOURCE - STRATEGIC SYSTEMS PROGRAM’S (SSP) TRIDENT II D5 LIFE EXTENSION TEST SUPPORT REQUIREMENTS
- Notice Date
- 2/20/2015
- Notice Type
- Modification/Amendment
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 64, Crane, Indiana, 47522-5001
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016414RGP99
- Archive Date
- 2/28/2015
- Point of Contact
- Amber Graves, Phone: 812-854-8539
- E-Mail Address
-
amber.graves1@navy.mil
(amber.graves1@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- AMENDMENT 0001 - N00164-14-R-GP99 - SOLE SOURCE - STRATEGIC SYSTEMS PROGRAM'S (SSP) TRIDENT II D5 LIFE EXTENSION TEST SUPPORT REQUIREMENTS - FSG - 4935 - NAICS - 334515 Issue Date 20 FEB 2015 - Closing Date 27 FEB 2015 - 2:00 PM EST AMENDMENT 0001 Requirements have changed and the maximum contract value has increased to $25M. The maximum quantity for additional testers has increased from one tester with a maximum of two to three different testers with a maximum of four each. ORIGINAL SYNOPSIS Naval Surface Warfare Center Crane Division has a requirement for test support requirements for Strategic Systems Program's (SSP) Trident II D5 Life Extension (D5LE). The types of supplies and services to be procured include, but are not limited to: two additional testers, spares, maintenance and repair services, instrument calibration, training, engineering, and configuration management, and program management. NSWC Crane intends to enter into a five-year, Firm-Fixed-Price, Indefinite Delivery/Indefinite Quantity (IDQ) contract with Teradyne Incorporated, 700 Riverpark Drive, North Reading, MA, CAGE Code 23350 with the statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. Delivery Terms are FOB Destination with Inspection and Acceptance at Destination. The Contract Minimum consists of one High Availability Support Agreement (HASA) with a maximum of $12.5M. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received in response to this synopsis will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A formal solicitation will not be issued. Interested parties may contact the POC below. No hard copies of the solicitation will be mailed. To be eligible for award, the contractor must be properly registered in the Government System for Award Management database (SAM) and the Joint Certification Program (JCP). The guidelines for registration in the JCP can be found at the following web link: http://www.dlis.dla.mil/JCP/Default.aspx. Information on SAM registration and annual confirmation requirements can be found by calling 1-866-606-8220 or via the internet at www.sam.gov. Government point of contact is Ms. Amber Graves, Code CXNM, telephone 812-854-8539, or e-mail amber.graves1@navy.mil (preferred). Please refer to the above solicitation number when responding to this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016414RGP99/listing.html)
- Record
- SN03647678-W 20150222/150220234830-f65b3d4157f5463409085ffae3870e75 (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 |