Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 14, 2024 SAM #8235
SOLICITATION NOTICE

58 -- SOLE SOURCE - PROCUREMENT OF REPAIR AND SUSTAINMENT SUPPORT OF THE IMPROVED STALKER LONG RANGE ELECTRO OPTIC SENSOR SYSTEM (SLREOSS).

Notice Date
6/12/2024 11:57:46 AM
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NSWC CRANE CRANE IN 47522-5001 USA
 
ZIP Code
47522-5001
 
Solicitation Number
N0016423RJQ04
 
Response Due
6/12/2024 12:00:00 AM
 
Archive Date
06/12/2024
 
Point of Contact
Cassie Robertson, Phone: 812-854-1557
 
E-Mail Address
cassie.c.robertson.civ@us.navy.mil
(cassie.c.robertson.civ@us.navy.mil)
 
Description
N0016423RJQ04 � SOLE SOURCE - PROCUREMENT OF REPAIR AND SUSTAINMENT SUPPORT OF THE IMPROVED STALKER LONG RANGE ELECTRO OPTIC SENSOR SYSTEM (SLREOSS). � FSC - 5865 � NAICS � 334511 Issue Date: 15 December 2022 - Closing Date: 31 December 2022 � 1400 EST This solicitation is being posted to the SAM page located at https://sam.gov/. SAM is the single point of entry for posting of synopses and solicitations to the internet. Please feel free to use the SAM site to access information posted by NSWC Crane. SOLE SOURCE PROCUREMENT � Naval Surface Warfare Center (NSWC) Crane intends to solicit and negotiate a Five Year, Firm-Fixed-Price (FFP), Cost-Plus-Fixed-Fee (CPFF), Indefinite-Delivery, Indefinite-Quantity (IDIQ) Contract to Ball Aerospace & Technologies Corporation (CAGE 13993) on a sole source basis for repair and sustainment support of the Improved Stalker Long Range Electro Optic Sensor System (SLREOSS) and Line Replaceable Units (LRUs), such as, Visible Sensor Assembly, Laser Range Finder Assembly, System Interface Electronics Assembly, Processor Module, Gimbal, and Mid-Wave Infrared Sensor Assembly. The supplies and services to be acquired are Engineering Support Services, Product Support and Logistics, Technical and Configuration Data Management, Configuration Management, Test, Teardown, Evaluation and Repair, Spares and Depot Materials. The primary purpose of the proposed contract action is to procure monthly Engineering and Product Support/Logistics Reach Back Support and Test, Teardown, and Evaluation and Repairs of an estimated 168 LRUs throughout the five year contract ordering period. Inspection and acceptance will be at source/destination. The proposed contract action is a follow-on for supplies or services for which the Government intends to be awarded first quarter of fiscal year 2024 under FAR Part 15 Contracting by Negotiations. The contemplated contract action will be awarded pursuant to 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1: Only one responsible source will satisfy agency requirements. Ball Aerospace, Original Equipment Manufacturer (OEM), is the only company with the requisite expertise, knowledge, experience and facilities necessary to meet these requirements without unacceptable delays. The basis for restricting competition is the lack of technical data package to support competition of repair and sustainment of in-service SLREOSS systems. Any other source would result in duplication of costs to Government that is not expected to be recovered through competition and unacceptable delays in fulfilling the agency�s requirements. Companies interested in subcontracting opportunities should contact Ball Aerospace directly. All responsible source may submit a capability statement, proposal, or quotation, which shall be considered by the agency. A determination by the Government not to compete this proposed contract based upon responses to this solicitation is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of re-evaluating the justification for sole source or limitation of sources and making a determination to change the acquisition strategy to a competitive procurement.� All responsible sources submissions shall include rationale to overcome the basis of the restriction of competition. This notice of intent is not a request for competitive proposals. The Government is not soliciting, nor will it accept, proposals as a result of this synopsis. The Government will not reimburse respondents for any questions submitted or information provided as a result of this notice. This is not a solicitation or a promise to issue a solicitation, and this information is subject to modification and in no way binds the Government to award a contract. Contractors must be properly registered in the Government System for Award Management database (SAM). Contractors may obtain information on SAM registration and annual confirmation of requirements by calling 1-866-606-8220, or via the internet at www.sam.gov. A formal solicitation will not be posted to the SAM website. Interested parties may contact the POC below. Please refer to the announcement number in all correspondence and communications. Contracting Office Address: 300 Highway 361 Building 3373 Crane, IN 47522-5001 United States Primary Point of Contact Cassie Robertson cassie.c.robertson.civ@us.navy.mil Phone: (812)854-1557
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1a3623d40a414432a424b4e961ba7538/view)
 
Record
SN07095175-F 20240614/240612230117 (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.