SPECIAL NOTICE
R -- REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT - ENGINEERING & TECHNICAL SUPPORT
- Notice Date
- 5/3/2019
- Notice Type
- Synopsis
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- 300 Highway 361 Building 3373 Crane IN 47522-5001
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016419SNB86
- Response Due
- 5/17/2019
- Point of Contact
- Jodee Cool
- E-Mail Address
-
jodee.cool@navy.mil
- Small Business Set-Aside
- N/A
- Description
- N00164-19-S-NB86 REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT - ENGINEERING & TECHNICAL SUPPORT - PSC R425 - NAICS 334511 Issue Date: 03 MAY 2019 - Closing Date: 17 MAY 2019 The Government is issuing this RFI/Sources Sought announcement as part of market research for Engineering Support Services, Calibration and Configuration Management, Obsolescence Management, and Testing Support. This effort is in support of PMA-290, Maritime Patrol and Reconnaissance Aircraft (MPRA). Naval Surface Warfare Center, Crane Division, Crane, IN intends to award a sole-source Task Order under Indefinite-Delivery Indefinite-Quantity Contract N0016418DJV09 to TICOM Geomatics, Inc., 9130 Jollyville Rd STE 300, Austin, TX 78759-7482. This effort will be conducted on a sole source basis in accordance with the statutory authority 10 U.S.C. 2304(c)(1) as implemented in FAR 6.302-1, Only Responsible Source. The basis for restricting competition is the lack of sufficient technical data, duplicative cost to the Government that is not expected to be recovered through competition, and the unacceptable delays in fulfilling the agency requirement through any other source. The Government is seeking information from companies mitigating the sole-source basis listed above. The Government is seeking companies with the capabilities and facilities to provide engineering services, calibration, obsolescence, and testing support associated to the Hostile Intercept Targeting System (HITS) Geo-location System and the Tactical Cross Domain Solution (TACDS) or performance on other Government contracts with similar efforts. Responses should include availability, budgetary cost estimate, and lead time of the solution. All interested parties are encouraged to submit company and product literature, a white paper no longer than 5 pages, and other pertinent information, such as a description with performance parameters and a statement of current availability, summary of prior testing, test reports, a budgetary estimate of test articles, production units, production quantity breaks, mitigate the reason why the Government should not procure this effort on a sole source basis as stated above, and identify other Government contracts with similar efforts for the Government's consideration. Responses to the Market Survey shall include the following: NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (03-MAY-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016419SNB86/listing.html)
- Record
- SN05301322-F 20190505/190503230024 (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 |