Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 13, 2018 FBO #5985
SOLICITATION NOTICE

12 -- AEGIS Weapon System (AWS) SPY-1 Transmitter Group and MK99 Fire Control System (FCS) Basic Ordering Agreement (BOA)

Notice Date
4/11/2018
 
Notice Type
Presolicitation
 
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
N0002418R5104
 
Archive Date
5/8/2018
 
Point of Contact
Tyler J. Roberts, Phone: 2027814240, Eric Horan, Phone: 202-781-1745
 
E-Mail Address
tyler.roberts@navy.mil, eric.horan@navy.mil
(tyler.roberts@navy.mil, eric.horan@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Sea Systems Command intends to award a Basic Ordering Agreement (BOA) as a follow-on to BOA N00024-17-G-5103. The requirements include the evaluation, implementation and proofing of equipment changes, related engineering services and repairs, modifications/alterations including Solid State Switch Assembly (SSSA), AEGIS Modernization (AMOD) and Ballistic Missile Defense (BMD) Kill Assessment System (KAS), overhauls, refurbishments, Diminishing Manufacturing Sources (DMS) and life-of-type procurement of parts and assemblies to support DMS case resolution, Integrated Logistics Support, maintenance and Field Engineering Services associated with the AEGIS Missile Fire Control System (MFCS) MK 99, for AN/SPY-1Transmitter Group configurations, and ancillary equipment. Orders may also be issued for studies, analyses, evaluation and testing, training, and preparation and/or update of documentation (drawings, manuals, and instructions) related to the MFCS MK99 and AN/SPY-1 Transmitter Group. Additionally, depot support may require installation and checkout spares (INCO), repair parts, accessories, tools, replenishment of spares and repair parts, and necessary packaging and marking. This BOA and subsequent BOA orders will be awarded pursuant to 10 USC 2304(c)(1), only one responsible source and no other supplies or services will satisfy agency requirements. Raytheon IDS is the only existing source that has the specific production engineering background, extensive integration and test facilities, prior MFCS MK 99 and AN/SPY-1 transmitter group experience, and in-depth technical expertise to produce the equipment and services contained within the BOA within the required schedule. Companies interested in subcontracting opportunities should contact Raytheon IDS directly. 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 persons may identify their interest and capability to respond to the requirement. This notice of intent is not a request for competitive proposals. However, all capability statements received within 15 days after the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. Information received will 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/N0002418R5104/listing.html)
 
Place of Performance
Address: Raytheon Integrated Defense Systems (IDS), 50 Apple Hill Dr., Tewksbury, Massachusetts, 01876, United States
Zip Code: 01876
 
Record
SN04885907-W 20180413/180411230902-e7804fd28bb95b3d6ed5cca58fda1020 (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.