The RFP Database
New business relationships start here

SOLE SOURCE  Support Services for Nulka Electronic Decoy Cartridges (EDC) Advanced Decoy Architecture Program (ADAP) Payload


Indiana, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

N00164-18-R-WM08 - SOLE SOURCE - Support Services for Nulka Electronic Decoy Cartridges (EDC) Advanced Decoy Architecture Program (ADAP) Payload - PSC AD26 - NAICS 334511

Anticipated Issue Date: 01 DEC 2017 - Closing Date: 08 JAN 2018 - 3:00 P.M. EST


This requirement was originally posted as N00164-17-R-WM08.


Naval Surface Warfare Center (NSWC) Crane has a requirement for support of the NULKA Electronic Decoy Cartridges (EDC) Advanced Decoy Architecture Program (ADAP) payload. The support shall include research and development, engineering, test and evaluation, design and development of test equipment, logistics/configuration management, support service, purchase of parts and spare parts, modification and fabrication, maintenance and repair, safety and security services, and software and data.


The Government intends to enter into a Firm-Fixed-Price (FFP) Basic Ordering Agreement (BOA) for supplies, engineering services, and repairs. The Government intends to solicit and negotiate with one source, Harris, Inc. Clifton, New Jersey, CAGE 28527 in accordance with the statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1. Job Order (JO) 0001 under the BOA is anticipated to provide engineering services to support and increase the engineering knowledge and repair capability of the Naval Surface Warfare Center (NSWC) Crane Division. The basis for restricting competition based on a lack of sufficient technical data, restricted software rights, duplicative cost to the Government that is not expected to be recovered through competition, and the unacceptable delays in fulfilling the agency requirement through any other source. All responsible sources may submit a capability statement which shall be considered by the agency. However, a determination by the Government not to compete with 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 determining whether to conduct a competitive procurement.


The proposed procurement is under the North American Industry Classification System code (NAICS) 334511 - Countermeasure Sets (e.g., active countermeasures, jamming equipment) Manufacturing. The anticipated contract award maximum is estimated to be $2,500,000.00. The FOB point shall be FOB destination: NSWC Crane. Inspection and acceptance will be at destination. Delivery terms will be addressed per JO. Data deliverables are in accordance with Contract Data Requirements Lists, DD 1423's.


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.


All changes that occur prior to the closing date will be posted to the FedBizOpps website. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and / or award.


Questions or inquiries should be directed to Rebekah Budreau, Code 0243, telephone: 812-854-8836, e-mail: rebekah.budreau@navy.mil. Please reference the above solicitation number when responding to this notice.


 


Rebekah Budreau, Phone 812-854-8836, Email rebekah.budreau@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP