SOLICITATION NOTICE
J -- OTPS CLS Services
- Notice Date
- 1/30/2018
- Notice Type
- Presolicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- 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
- N68335-18-R-0088
- Archive Date
- 3/1/2018
- Point of Contact
- Jennifer Betchen, Phone: 7323231193, Eric L. Waterman, Phone: (732) 323-2559
- E-Mail Address
-
jennifer.betchen@navy.mil, eric.waterman@navy.mil
(jennifer.betchen@navy.mil, eric.waterman@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- SYNOPSIS - OTPS CLS Services The Naval Air Warfare Center Aircraft Division, Lakehurst, NJ intends to negotiate on a Sole Source basis with Lockheed Martin Rotary and Mission Systems of Orlando, FL for the procurement of Operational Test Program Set (OTPS) Contract Logistics Support (CLS) for the Consolidated Automated Support System (CASS) and Transportable Consolidated Automated Support System (RTCASS) for a period of five years (1 year base plus 4 one year options). The Government is anticipating a Cost-Plus Fixed Fee contract. The requirement will consist of all services, materials, non-GFE equipment and use of facilities necessary to ensure system component availability and system performance of the following CASS Offload II OTPS': RADCOM E2C, CAT IIID E2C, RADCOM EA6B, CAT IIID EA6B, HTS EA6B/EA18G, DTB EA 6B, MH-60R OWEGO, NEWTS & HTS F/18. The required services are to meet Fleet demand by performing depot-level repair, replacement, overhaul and/or modification, maintain component reliability, improve parts availability/fill rate/logistics and requisition-response time, conduct obsolescence solutions based on the analysis, and monitor the equipment's configuration. Services for each OTPS shall include, but not be limited to all subcomponent, subassemblies and ancillary gear associated with each individual OTPS. Included in this support are obsolescence tracking and mitigation, as well as possible engineering investigation/logistics documentation update support. Performance of all of the above efforts is contingent upon the Navy supplying copies of all the OTPS', CASS stations, and CASS Ancillary Government Furnished Equipment (GFE) to the contractor in order to perform this effort. At this time, all the required OTPS assets, sufficient quantities of CASS stations and CASS ancillary equipment reside at LMRMS Orlando and are presently being used on other Government contracts; specifically, the eCASS program. Neither any spare OTPS' nor the required configuration of CASS stations are available to provide as GFE. The Government intends to solicit and negotiate this requirement under the authority of 10 USC 2304(c)(1), FAR 6.302-1. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, the Government will consider all responses received within fifteen days after the date of publication of this synopsis. Registration in the System for Award Management (SAM) (https://www.sam.gov) is mandatory for consideration. This announcement constitutes the only public announcement prior to contract award; proposals are not being requested and a written solicitation will not be issued. Information provided herein is subject to change and in no way binds the Government to solicit for an award of a contract. FSC: J066 NAICS: 811219
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-18-R-0088/listing.html)
- Record
- SN04804446-W 20180201/180130231446-a2db4b18541916d747ba0a7874c5747c (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 |