Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 25, 2022 SAM #7420
SOLICITATION NOTICE

R -- SOLE SOURCE - Services to support Airborne Electronic Attack (AEA) Fleet System

Notice Date
3/23/2022 11:12:05 AM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NSWC CRANE CRANE IN 47522-5001 USA
 
ZIP Code
47522-5001
 
Solicitation Number
N0016422GWS57_0001
 
Response Due
4/6/2022 12:00:00 PM
 
Archive Date
05/21/2022
 
Point of Contact
Theresa Jones, Phone: 8128544338
 
E-Mail Address
theresa.a.jones2.civ@us.navy.mil
(theresa.a.jones2.civ@us.navy.mil)
 
Description
N0016422GWS57 Job Order 0001 � SOLE SOURCE - Services to support Airborne Electronic Attack (AEA) Fleet System- FSC R425 � NAICS 541330 Issue Date: 23 March 2022 � Closing Date: 06 April 2022� 3:00 PM Eastern Time ITEM DESCRIPTION- Naval Surface Warfare Center (NSWC) Crane has a requirement for ��services associated with the Ram Air Turbine Generator (RAT-G) and Generator Regulator Rectifier Unit (GRRU) and its variants/derivatives. The procured services will be in support of the In-Service Support Center (ISSC)/Fleet Support Team (FST), Organic Depot, and other sources of repair (Organization, Intermediate, and Contractor Repair Sites) for the AN/ALQ-249(V)1 Next Generation Jammer � Mid Band Pod (NGJ-MB), all of its sub-systems and any variant systems.� The proposed job order is for the supplies or services for which the Government intends to solicit and negotiate with one source, (Honeywell International Inc.,2525 West 190th Street, Torrance, CA. 90504-6002), under the authority of FAR 6.302-1(a)(2)(ii). This is being sole sourced because only one source will satisfy the requirement. Honeywell is the sole designer and manufacturer of the RAT-G & GRRU and maintains a high degree of technical expertise concerning the RAT-G & GRRU capabilities. The applicable NAICS code for this requirement is 541330. The Product Service Code (PSC) is R425 � Engineering Services. Anticipated Period of Performance will be FY22-FY26. Request for proposal will not be made available through https://www. sam.gov.� No formal request for proposal will be issued. The proposed noncompetitive contract action is anticipated to be awarded under FAR part 15, contracting by negotiations.� The anticipated contract action award date is 3rd Quarter, FY22.�� Responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency.� Responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency.� Companies interested in subcontracting opportunities should contact Honeywell International Inc.,2525 West 190th Street, Torrance, CA. 90504-6002. 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. Contract Opportunities on https://www.sam.gov/ has officially replaced FBO.gov Changes for this procurement will not be posted to Contract Opportunities on https://sam.gov/.� Questions or inquiries should be directed to Theresa Jones, Code 0242, e-mail theresa.a.jones2.civ@us.navy.mil. Telephone calls/questions or inquiries will not be accepted. No questions will be accepted after 03 April 2022 at 1200 Eastern Time. Reference announcement number N0016422RWS57-0001 in the subject line of e-mails and in ALL correspondence and communications related to this effort.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d41265789793492db4f41a29c52c8f1c/view)
 
Record
SN06276299-F 20220325/220324211503 (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.