Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 28, 2025 SAM #8494
SOLICITATION NOTICE

R -- AEGIS Weapon System (AWS) Core Sustainment Support (ACSS)

Notice Date
2/26/2025 4:33:57 PM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
COMMANDING OFFICER PORT HUENEME CA 93043-5007 USA
 
ZIP Code
93043-5007
 
Solicitation Number
N6339425R0008
 
Response Due
3/13/2025 2:00:00 PM
 
Archive Date
03/28/2025
 
Point of Contact
Megan Peavy, Phone: (805) 228 � 6298, John S Carhart, Phone: (805) 330 - 0383
 
E-Mail Address
megan.n.peavy2.civ@us.navy.mil, john.s.carhart.civ@us.navy.mil
(megan.n.peavy2.civ@us.navy.mil, john.s.carhart.civ@us.navy.mil)
 
Description
Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD) in Port Hueneme, California intends to issue a cost-plus-fixed-fee (CPFF) contract on a sole source basis to Lockheed Martin Corporation, 199 Borton Landing Rd., Moorestown, New Jersey 08057-3054. This requirement will provide Life-Cycle logistics, engineering and technical services for all In-Service or Post-production AEGIS Weapon System (AWS), Arleigh Burke Class DDGs, Constellation Class FFGs, USCG Cutters and Land Based Test and Training Sites Surface Combat Systems Center (SCSC), AEGIS Training and Readiness Center (ATRC), Integrated Warfare Systems Laboratory (IWSL) and Constellation). The services will include engineering, logistics, installation, repair, harvesting, refurbishment and limited equipment production services including ORDALT Kits, spare parts and materials required to provide Life-Cycle support. This includes Integrated Program Management, Engineering Support and Services, Logistics Support and Services, and Diminishing Manufacturing Sources and Material Shortages Management Services in support of the AWS for NSWC PHD, Port Hueneme, CA. The anticipated order is intended to be awarded pursuant to 10 U.S.C. 2304(c)(1) as indicated in the attached justification and approval (J&A). Full and open competition need not be provided for when the supplies or services required are available from only one responsible source, or only from a limited number of responsible sources and no other type of supplies or services will satisfy agency requirements. Interested parties may identify their interest and capability to respond to the requirement or submit proposals to Megan Peavy, via e-mail to megan.n.peavy2.civ@us.navy.mil, with a copy sent to John Carhart at john.s.carhart.civ@us.navy.mil by 14:00 Pacific Daylight Time (PDT) on 13 March 2025. While this notice of intent is not a request for competitive proposals, all proposals received before the response date will be considered by the Government. A determination by the Government not to compete this proposed contract based on responses to this notice that are received is solely within the discretion of the Government. The information received will be used for the sole purpose of determining whether or not a competitive procurement should be conducted. The Government will not compensate any respondents of this synopsis for any information received or any costs incurred in preparing information for, participating in meetings with, or engaging in discussions with the Government.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c9eb9075c4394b608f87030810ff86d7/view)
 
Place of Performance
Address: Moorestown, NJ 08057, USA
Zip Code: 08057
Country: USA
 
Record
SN07354208-F 20250228/250226230038 (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.