SOURCES SOUGHT
J -- Request for Information/Synopsis - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
- Notice Date
- 4/22/2025 9:26:35 AM
- Notice Type
- Sources Sought
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
- ZIP Code
- 02841-1703
- Solicitation Number
- N6660425R0411
- Response Due
- 4/29/2025 11:00:00 AM
- Archive Date
- 05/14/2025
- Point of Contact
- Kate Cyr, Phone: 4018327433, Kristina Michael, Phone: 4018325218
- E-Mail Address
-
kate.m.cyr.civ@us.navy.mil, kristina.e.michael.civ@us.navy.mil
(kate.m.cyr.civ@us.navy.mil, kristina.e.michael.civ@us.navy.mil)
- Description
- The following notice serves as a request for information (RFI) prepared in accordance with DFARS PGI 206.302-1 and a proposed contract action synopsis prepared in accordance with FAR 5.2, as supplemented with additional information included in this notice. This proposed contract action is being processed on a sole source basis. The anticipated North American Industrial Classification System (NAICS) Code is 334290 with a Small Business Size Standard of 800 employees. The Naval Undersea Warfare Center, Division Newport, RI (NUWCDIVNPT) intends to award a Cost-Plus-Fixed-Fee (CPFF), Firm-Fixed-Price (FFP), and Cost Reimbursement (CR) indefinite delivery/indefinite-quantity (IDIQ) contract on a sole source basis to Northrup Grumman Systems Corporation (hereafter referred to as �NGSC�). This requirement is for Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS) depot level (D-level) services, inclusive of the repair, calibration, overhaul and manufacture of long lead MMS Shop Replaceable Units (SRUs), to support the NUWCDIVNPT Code 34 SubHDR National Maintenance Center (NMC). Depot level services and parts are required to sustain operational capability for the Fleet�s complex mast systems. This requirement is a follow-on to N66604-21-D-B000 with NGSC. The proposed contract action is for services and supplies for which the Government intends to negotiate with only one source under the authority of 10 U.S.C. 3204(a) (1), �Only one responsible source and no other supplies or services will satisfy agency requirements�. NGSC, the original equipment manufacturer (OEM), is the only responsible source capable of providing the highly specialized depot services required for the sustainment of the SubHDR MMS. The existing OEM depot facility is the only practicable source of the required sustainment services and parts. Any other source would result in substantial duplication of costs to the Government and create unacceptable delays in fulfilling the agency's needs. Therefore, NGSC is the only source capable of providing the required services and parts to meet the Government�s minimum requirements. The estimated level of effort for this requirement is 37,250 hours. The draft Statement of Work (SOW) is provided as Attachment 1 to this notice. The place of performance is at the Contractor�s site. The anticipated date for solicitation release is August 2025. The anticipated award date of this requirement is expected to be on or about 31 December 2026. The anticipated contract ordering period is from date of contract award through five (5) years thereafter. This RFI/synopsis is not a request for competitive proposals. This requirement is being posted to maximize communication with industry. All responsible sources may submit a capability statement, which will be considered by the Government. Any capability statements submitted must address the following: 1) Demonstrated ability to provide trained and qualified personnel capable of performing SubHDR MMS depot level repair, calibration, overhaul and manufacture of long lead MMS SRUs services contained in draft SOW sections 4.1- 4.5, in accordance with the Applicable Documents. Page limitation: two (2); and 2) The respondent shall describe its facilities and special support equipment that it will use for the depot level repair, calibration, overhaul and manufacture of long lead MMS SRUs services contained in draft PWS sections 4.1-4.5. Page limitation: two (2). A determination by the Government not to compete this proposed acquisition based on responses to this notice is solely within the discretion of the Government. The Government will not delay award for consideration of capability statements submitted. Information shall be submitted no later than 2:00 PM on Tuesday, 29 April 2025 via email to Kate Cyr at kate.m.cyr.civ@us.navy.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9d65fa27f4e3493e8a16fad2ca5fc28f/view)
- Place of Performance
- Address: Newport, RI 02841, USA
- Zip Code: 02841
- Country: USA
- Zip Code: 02841
- Record
- SN07417792-F 20250424/250422230047 (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 |