Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 23, 2020 SAM #6964
SOLICITATION NOTICE

15 -- CH-53K Lot 7/8 Block Buy and Multi-Year Procurement

Notice Date
12/21/2020 9:03:41 AM
 
Notice Type
Presolicitation
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
CH53K_BBCMYP
 
Response Due
1/5/2020 2:00:00 PM
 
Archive Date
01/20/2020
 
Point of Contact
Garrett W. Douglass, Phone: 3017575134, Kevin LaBove, Phone: 3017579999
 
E-Mail Address
garrett.douglass@navy.mil, kevin.labove@navy.mil
(garrett.douglass@navy.mil, kevin.labove@navy.mil)
 
Description
The Naval Air Systems Command intends to negotiate with Sikorsky, A Lockheed Martin Company, 6900 Main, P.O. Box 9731, Street Stratford, CT 06615, on a sole source basis for the procurement of Full Rate Production (FRP) of Lot 7 through Lot 13 of the CH-53K helicopter. The contract approach for FRP Lots 7 through Lot 13 may consist of a combination of a block-buy contract (BBC) and multi-year procurement (MYP). PMA-261 intends to pursue a fixed price type contract for a two-year block-buy contract strategy for Lot 7 and Lot 8. PMA-261 intends to submit a multi-year procurement request to Congress in accordance with Title 10 United States Code (U.S.C) 2306b in order to pursue a fixed price type contract for a five-year FRP for Lots 9-13.� The BBC for Lots 7 and 8 will be initially issued as an Advance Acquisition Contract (AAC) in FY22 for long lead items and subsumed into the BBC in FY23.� If PMA-261 does not receive Congressional authorization for the BBC for Lot 7 and Lot 8, then Lot 7 will revert to a single-year award with an option for Lot 8. �Future lots will follow the same approach for the funding of long lead material with advance procurement funding obligated in the FY prior to full funding being obligated. In addition, upon receipt of Congressional authorization, Economic Order Quantity funding may be obligated in conjunction with a multi-year procurement.� This procurement(s) will include the supplies and services necessary to manufacture and deliver the required number of H-53K aircraft, and related production support, to include: special tooling and test equipment; systems engineering; production management; parts obsolescence; engineering change proposals; and technical, administrative and financial data.� The Government estimates that it will procure approximately 147 H-53K aircraft (and/or any variation in quantity up to 193 aircraft as may be authorized for domestic and/or Foreign Military Sales). � This requirement will be procured in accordance with statutory authority permitting other than full and open competition under 10 U.S.C. 2304(c)(1), as implemented by the Federal Acquisition Regulation (FAR) 6.302-1(a)(2), in that Sikorsky is the only responsible source and no other type of equipment will satisfy Marine Corps requirements. Sikorsky is the designer, developer, and sole producer of the CH-53K aircraft and the only known source that possesses the data, technical skills, and requisite knowledge of the design, fabrication, performance, operation, maintenance, and support characteristics of the CH-53K to fulfill this need in a timely manner. This notice is for informational purposes only. For subcontracting opportunities, please contact Jason Lockwood, Sikorsky Subcontracting Manager, at 203-225-3657. Note: The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received within fifteen days after date of publication of this synopsis. A determination by the Government not to compete this proposed contract based upon response to this notice 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b5f587e02ad4442d8fb4071eba880b62/view)
 
Place of Performance
Address: Stratford, CT 06614, USA
Zip Code: 06614
Country: USA
 
Record
SN05878719-F 20201223/201221230110 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.