SOLICITATION NOTICE
58 -- REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT - DESIGN, MANUFACTURE, ASSEMBLE, TEST, PRODUCE, DELIVER AND SUPPORT THE ALQ-99 TACTICAL JAMMING SYSTEM (TJS) ENHANCED TACTICAL POD TESTER (E-TPT)
- Notice Date
- 10/15/2018
- Notice Type
- Presolicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 3373, Crane, Indiana, 47522-5001, United States
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016419RWS26
- Archive Date
- 12/7/2018
- Point of Contact
- Jordan Black, Phone: 812-854-3857
- E-Mail Address
-
jordan.black@navy.mil
(jordan.black@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- N0016419RWS26- REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT - DESIGN, MANUFACTURE, ASSEMBLE, TEST, PRODUCE, DELIVER AND SUPPORT THE ALQ-99 TACTICAL JAMMING SYSTEM (TJS) ENHANCED TACTICAL POD TESTER (E-TPT) - FSC 5865 - NAICS 334515 Issue Date: 15 OCT 2018 - Closing Date: 30 OCT 2018 - 3:00 PM EDT This synopsis was originally posted as solicitation number N0016418RWS26 ITEM DESCRIPTION- Naval Surface Warfare Center (NSWC) Crane has a requirement for development and production of an E-TPT to satisfy the operational need of the U.S. Navy to test the AN/ALQ-99 POD Sub-System. The E-TPT will test to insure ready for issue status of the AN/ALQ-99 and it's Weapons Replaceable Assemblies (WRAs). SOLE SOURCE PROCUREMENT- The proposed contract action is for the supplies or services for which the Government intends to solicit and negotiate with one source, Teradyne, Inc., 700 Riverpark Dr., North Reading, MA 01864-2634, under the authority of 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1. This is being sole sourced because Teradyne hardware and software will reduce life-cycle sustainment costs by utilizing a life-cycle sustainment program that PMA-260 is currently mandated to support. This will allow the E-TPT program to reduce the complete life-cycle sustainment costs by utilizing the same/similar hardware and software architecture as NAVAIR PMA-260's High Speed Sub-System product line which is used in PMA-260's mandated Consolidated Automated Support System (CASS) testers for I-Level. All responsible sources may submit a capability statement which shall be considered by the agency. However, a determination by the Government not to compete with this proposed contract based upon responses to this solicitation 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. Contractors must be properly registered in the System for Award Management (SAM). Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220 or via the internet at https://www.sam.gov. Contractors must be properly registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) in order to receive the controlled attachments. Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220 or via the internet at https://www.sam.gov. Information about the JCP is located at https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx. The controlled attachments will be posted to FedBizOps at the same time the solicitation is posted. FedBizOps may be accessed at http://www.fbo.gov. All changes that occur prior to the closing date will be posted to the FedBizOpps website. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and / or award. Questions or inquiries should be directed to Jordan Black, Code 0242, telephone 812-854-3857, e-mail jordan.black@navy.mil. Please reference the above solicitation number when responding to this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016419RWS26/listing.html)
- Record
- SN05123521-W 20181017/181015230619-f663257f8ca6564e8c152851f458ad72 (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 |