Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 25, 2018 FBO #6088
SPECIAL NOTICE

99 -- Sole Source Ceiling Increase for the SPAWAR NAVSSI CONTRACT

Notice Date
7/23/2018
 
Notice Type
Special Notice
 
Contracting Office
4301 Pacific Highway Bldg OT4 Code 02, San Diego CA 92110-3127
 
ZIP Code
92110-3127
 
Solicitation Number
N00039_SNOTE_000FB402
 
Archive Date
8/7/2018
 
E-Mail Address
Contract Specialist
(brody.haydel@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
SPACE AND NAVAL WARFARE SYSTEMS COMMAND (SPAWAR), in support of the Fleet Readiness Directorate (FRD), intends to execute a ceiling increase on a sole source basis to the Navigation Sensor System Interface (NAVSSI) Multiple Award Contract (MAC) which supports multiple U.S. Navy surface ships. The two (2) Indefinite Delivery Indefinite Quantity (IDIQ) MAC holders are required to provide and install new NAVSSI systems and upgrade kits. NAVSSI is currently installed on more than 115 ships, including the CG, CVN, DDG, LCC, LHA, LHD, LPD and LSD Classes. The purpose of this synopsis is to provide notice of other than full and open competition and a sole source ceiling increase of contracts N00039-14-D-0002 (Micro USA, Inc.) and N00039-14-D-0003 (Systems Engineering Support Co.). This planned contract action will increase the cumulative total of orders to be issued to the MAC holders by a not-to-exceed amount of $4,500,000. The period of performance for the current MAC contracts will not be extended as a result of this action as this additional ceiling is only intended to meet the immediate and urgent requirements of the fleet necessitating delivery and installation of certified NAVSSI systems and upgrade kits during the next twelve (12) months. SPAWAR is currently in the acquisition planning phase for the award of the follow-on NAVSSI MAC to meet all future fleet requirements beyond this period. Currently, these two (2) MAC holders are considered to be the only sources that can perform the urgently needed Government requirements until such time that the follow-on contracts can be competed and awarded. The proposed contract action is for systems and services which the Government intends to solicit and negotiate with only the above mentioned sources under the authority of 10 U.S.C. 2304(c)(1) and FAR part 6.302-1(a)(2). This action will be justified by a J&A which will be posted in accordance with FAR 6.305. Responses to this notice are required no later than 15 days after the issuance of this synopsis. Reponses shall be submitted to Patricia Pacheco at patricia.pacheco@navy.mil and Brody Haydel at brody.haydel@navy.mil. This notice of intent is not a request for competitive proposals. RESPONSES IN ANY FORM ARE NOT OFFERS, AND THIS ANNOUNCEMENT DOES NOT COMMIT THE GOVERNMENT TO CONTRACT FOR ANY SUPPLIES OR SERVICES. The Government is not seeking marketing material and any information provided will not be considered by the Government. The Government will not pay for the provision of any information nor will it compensate any respondents for the development of such information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARHQ/N00039_SNOTE_000FB402/listing.html)
 
Record
SN05003351-W 20180725/180723231136-dd4bc7a8b869dcc30e65c4629b78b1f2 (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.