SOURCES SOUGHT
49 -- eCASS Full Rate Production and Interim Contractor Support
- Notice Date
- 6/1/2015
- Notice Type
- Sources Sought
- NAICS
- 334419
— Other Electronic Component Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
- ZIP Code
- 08733-5083
- Solicitation Number
- N68335-15-R-0624
- Archive Date
- 6/11/2015
- Point of Contact
- Jane M Worley, Phone: 732-323-7509, Shanna Cermak, Phone: 7323231576
- E-Mail Address
-
jane.worley@navy.mil, shanna.cermak@navy.mil
(jane.worley@navy.mil, shanna.cermak@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Air Warfare Center Aircraft Division, Lakehurst, NJ intends to award a contract on a sole-source basis with Lockheed Martin, Mission Systems and Training, Orlando, FL for Full Rate Production (FRP) electronic Consolidated Automated Support Systems (eCASS) systems. The Contractor will be required to manufacture and deliver to the Government two lots of FRP eCASS systems, which will consist of eCASS Hybrid, Radio Frequency, High Power and Electro Optic configurations. The contractor will also manufacture and deliver Self-Maintenance and Test Calibration Operational Test Program Sets, Calibration Equipment Kits, Ship Installation Kits, Shore Installation Kits, Power Back-Up Kits, Discharge Ultra Cap Kits, and Server Lifts. Interim Contractor Support (ICS) for the eCASS systems will also be required. Under ICS, the Contractor will provide maintenance, repair, calibration, functional testYPC1102 and sustainment services for Engineering Development Model (EDM), Low-Rate Initial Production (LRIP) and FRP eCASS systems. This effort will include maintaining stock inventory and issuing assets in response to requisitions for eCASS consumables and depot-level repairables. Spare assets as well as Sustaining Engineering, Logistics and Technical support will also be required. This procurement is intended to be a Firm Fixed Priced (FFP) contract with Cost Plus Fixed Fee (CPFF) CLINs for specified tasking and will include a base year and three one-year options. The Government intends to procure the above items under the authority of 10 U.S.C 2304 (c)(1), FAR 6.302-1, "Only one responsible source and no other supplies or services will satisfy agency requirements." The Government does not own the necessary data, drawings, or specifications to permit full and open competition. A determination by the Government not to open the requirement to competition, based upon the responses to this notice, is solely within the discretion of the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-15-R-0624/listing.html)
- Record
- SN03749472-W 20150603/150601235844-1f88accddd2caa9e92948be1f12d091d (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 |