MODIFICATION
12 -- Repair and Maintenance in support of Cooperative Engagement Capability (CEC) Program
- Notice Date
- 12/11/2015
- Notice Type
- Modification/Amendment
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NAVSEA HQ, SEA 02, 1333 Isaac Hull Avenue SE, Washington Navy Yard, District of Columbia, 20376, United States
- ZIP Code
- 20376
- Solicitation Number
- N00024-16-R-5218
- Point of Contact
- Christopher Covalt, , Richard Waterstreet,
- E-Mail Address
-
christopher.covalt@navy.mil, richard.waterstreet@navy.mil
(christopher.covalt@navy.mil, richard.waterstreet@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Sea Systems Command (NAVSEA) intends to utilize other than full and open competition to award contracts to DRS Laurel Technologies (246 Airport Road, Johnstown, Pennsylvania) and Raytheon Company Integrated Defense Systems (IDS) (1501 72nd Street, St Petersburg, Florida) for repair and maintenance in support of the Cooperative Engagement Capability (CEC) program. Each proposed contract will consist of one base year and four (4) option years. This effort will provide repairs, including emergency repairs, overhauls, refurbishment, and maintenance of CEC equipment and associated equipment, including all material and services incidental to such work, such as repair parts; components; accessories; related documentation; associated tools; packing; packaging and marking; and any necessary system testing in support of the CEC program. This includes repair of installation and checkout (INCO) spares and material management services and operation of a CEC stock point. The primary function of the stock point is to provide a supply support infrastructure for the CEC systems and equipment fielded by the CEC Program. This includes the necessary acquisition or fabrication of material to effect the required repair or maintenance; and services for installation, checkout and testing, of the required repair or maintenance effort. This effort will include studies, analysis, evaluation, testing, and/or provide recommended updates of related documentation (e.g. drawings, work instructions and engineering changes) for material inducted for repair, maintenance or upgrade. NAVSEA intends to award contracts resulting from this synopsis on a sole source basis, under authority of 10 U.S.C. 2304(c)(1) to DRS Laurel Technologies and Raytheon IDS as these are the only sources that can satisfy the agency requirements. DRS Laurel Technologies will provide highly specialized services to ensure the repair of Government Furnished Equipment due to changes, modifications and/or alteration as a result of engineering changes without program delays for the repair of CEC "Bravo" hardware. Raytheon IDS will provide the same highly specialized services for the CEC Legacy hardware. Award of these sole source efforts is anticipated in 2nd quarter Government fiscal year 2016. Legacy hardware is defined as all items not contained in the AN/USG-"X"B configurations. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested parties may respond to this synopsis with a letter of capability and interest, or proposal. This notice of intent is not a request for competitive proposals. However, all capability statements received within fifteen (15) days after the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-16-R-5218/listing.html)
- Record
- SN03968048-W 20151213/151211234520-4e82d188067a8dadc661d57a7c491721 (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 |