Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 07, 2021 SAM #7097
SPECIAL NOTICE

16 -- INTENT to NEGOTIATE BAE In-Flight Logger Software

Notice Date
5/5/2021 4:17:26 AM
 
Notice Type
Special Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DEPT OF COMMERCE NOAA KANSAS CITY MO 64106 USA
 
ZIP Code
64106
 
Solicitation Number
NM-AN2200-21-01099
 
Response Due
5/12/2021 5:00:00 AM
 
Archive Date
05/27/2021
 
Point of Contact
Christopher Baker, Phone: 757-441-6254
 
E-Mail Address
Christopher.Baker@noaa.gov
(Christopher.Baker@noaa.gov)
 
Description
NOTICE OF INTENT TO NEGOTIATE A SOLE-SOURCE CONTRACT � The US Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Office of Marine and Aviation Operations (OMAO), Aircraft Operation Center (AOC) Three (3) In-Flight Data logger software licenses and on-site training. The service will be conducted by: BAE Systems, 1098 Clark Street, Endicott, New York, 13760-2815 . The North American Industry Classification Code (NAICS) for this acquisition is 336413, Other Aircraft Part and Auxiliary Equipment Manufacturing7; the small business size standard is 1,250 Employees ^7. This requisition is for the inspection and upgrade of three (3) Inflight Data Logger units.� These units are part of three ASW-60 Test Sets, PN:� 89954ASSY115E3240G4.� The Data Logger units are a major part of these maintenance test sets and are used to perform airborne diagnostic checks of NOAA�s WP-3D Orion aircraft ASW-60 digital autopilot system that is manufactured by BAE Systems Controls Inc.� Due to the obscurity of these units, the only qualified vendor for this work is the original equipment manufacturer which is BAE.� These are sealed units that will be serviced and maintained by BAE and when necessary, are updated by BAE with their proprietary software.� These units cannot be used on any other aircraft or any other system.� Currently, due to proprietary software obsolescence, all three units are incapable of troubleshooting the currently installed ASW-60 digital autopilot system while it is airborne.� These three units represent the only available spares for the P-3 fleet. �If these units fail, for whatever reason, they must be removed from service and returned to BAE for repair.� In the event these units are removed from service the aircraft would be grounded until necessary repairs could be made, resulting in a failure to meet AOC�s primary mission of hurricane reconnaissance and research. CLIN0001: Three (3) In-Flight Data Logger Software Licenses. CLIN0002: Training The Government is not aware of any other vendors that are authorized to provide, service, or support BAE System without compromising OEM, warranty, delivery, or additional markups. Also OEM indicated this type of repair is proprietary and only they can provide this type of service to the Government. The Government intends to acquire this service under the guidelines of FAR Part 13, Simplified Acquisitions Procedures and FAR Part 12, Commercial Items. The Government intends to solicit and negotiate directly with BAE Systems., under the authority of FAR 13.106-1(b)(1)(i). This is not a solicitation for competitive quotes. However, if any authorized party that can provide this subscription/licensing without compromising manufacturing delivery or mark ups may submit a statement of capabilities, which if in timely received, will be considered by NOAA OMAO. A statement of capabilities to include the detailed service including manufacture authorization, and OEM agreement, and a price list, this shall be received by 8:00 AM EST on 12 May 2021. A determination by the Government not to compete this proposed requirement is based upon responses to this notice and it 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 in the future. Evidence must be provided of the required service while also be authorized by the manufacture. The capability statement, a price list and any other information furnished must be in writing and must contain material in sufficient detail to allow the Government to determine if the party can meet all of the system requirements. Capability statements and related materials must be e-mailed to Christopher Baker at Christopher.Baker@noaa.gov by 8:00 AM EST on 12 May 2021.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0344c664e2e9497fabbc25c5c54bb9ff/view)
 
Place of Performance
Address: Lakeland, FL 33803, USA
Zip Code: 33803
Country: USA
 
Record
SN05991871-F 20210507/210505230111 (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.