Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 28, 2023 SAM #7975
SPECIAL NOTICE

99 -- SURTASS CLTS Production

Notice Date
9/26/2023 5:06:42 PM
 
Notice Type
Special Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NAVAL INFORMATION WARFARE SYSTEMS SAN DIEGO CA 92110-3127 USA
 
ZIP Code
92110-3127
 
Solicitation Number
N00039_SNOTE_08AF88A2
 
Archive Date
10/26/2023
 
Point of Contact
Katherine M Sisk, Contract Specialist, Phone: 619-221-7193
 
E-Mail Address
katherine.sisk@navy.mil
(katherine.sisk@navy.mil)
 
Description
The Naval Information Warfare Systems Command (NAVWAR), in support of Program Executive Office Undersea Warfare Systems (PEO UWS), Maritime Surveillance Systems (MSS) Program Office (PMS 485), under the authority of 10 U.S.C 3204 (a)(1), as implemented by FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements, intends to award a sole source contract for Surveillance Towed Array Sensor System (SURTASS) Compact Low Frequency Active Transmit Subsystem (CLTS) production and sustainment of existing CLTS and Low Frequency Active Transmit Subsystems (LTS) to BAE Systems Electronics & Integrated Solutions located at 65 Spit Brook Road, Nashua, New Hampshire 03060. The contract period of performance is anticipated to be a five-year base ordering period, plus an option for an additional two-year ordering period and is to be awarded in the first quarter of Government fiscal year 2025. Specifically required are the production of up to seven (7) CLTS array shipsets, engineering support services, travel and material for LTS/CLTS maintenance and repair efforts, and Provisioned Items Orders (PIOs) for depot spares. BAE Systems is the original equipment manufacturer of the LTS/CLTS, as well as the current provider of field engineering and depot support. BAE Systems is the only company currently possessing the unique expertise and specialized knowledge to produce the CLTS array shipsets and spares, provide LTS/CLTS engineering services, and perform system technical refresh efforts. Due to their requisite knowledge, technical expertise, specialized facilities and tooling, and proprietary processes for the LTS/CLTS, BAE Systems of Nashua, New Hampshire is the only contractor capable of performing this work for PMS 485. Be advised that the aforementioned information is anticipatory in nature and is not binding. This notice is not a request for competitive proposals; however, any company believing that they can fulfill the requirement of providing this hardware and services may be considered by the Agency. Interested parties shall identify their interest and capabilities in response to this synopsis within 15 calendar days from the date of this publication, and must clearly demonstrate their ability to successfully fulfill the above requirements. The Government reserves the right not to respond to any expressions of interest received after 15 calendar days from the date of this publication; such expressions will be considered late. Any comments, questions or concerns regarding this notice may be submitted in writing via e-mail to Katherine Sisk, Contract Specialist, at Katherine.m.sisk.civ@us.navy.mil. The Government will not pay for any information received. No telephone responses will be accepted. Contracting Office Address: 4301 Pacific Highway, Bldg. OT4, Code 23000, San Diego CA 92110-3127 Place of Performance: 65 Spit Brook Road, Nashua, New Hampshire 03060 Classification Code: 5845 - Underwater Sound Equipment NAICS Code: 334511 � Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing Point of Contact: Katherine Sisk, katherine.m.sisk.civ@us.navy.mil, (619) 316-4485
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a44ba48b787947fe87ea2d8a79744f15/view)
 
Record
SN06845164-F 20230928/230926230057 (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.