The RFP Database
New business relationships start here

SOLE SOURCE - MK-82 DIRECTOR SUBASSEMBLY MANUFACTURING AND OVERHAUL-


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

N0016420RWP65 - SOLE SOURCE - MK-82 DIRECTOR SUBASSEMBLY MANUFACTURING AND OVERHAUL- PSC 5840 - NAICS 334511


Synopsis Issue Date: 10 October 2019 - Synopsis Closing Date: 24 October 2019 - Time Eastern


Naval Surface Warfare Center (NSWC) Crane has a requirement for the manufacture and overhaul of two (2) MK-82 Guided Missile Director Subassemblies: Motor and Manual Drive Assembly, and Electrical Contact Assembly Ring. The requirement was originally synopsized under N0016419RWP65 but since that notice the requirement has changed.


The proposed contract action is for the supplies for which the Government intends to solicit and negotiate with one source, General Dynamics Ordnance and Tactical Systems, (GD-OTS), (CAGE: 05606) 326 IBM Road, Williston, VT 05495. This effort is anticipated to be conducted on a sole-source basis IAW the statutory authority 10 U.S.C 2304(c)(1) implemented by FAR 6.302-1. The basis for restricting competition is the substantial duplication of costs to the Government to qualify another manufacturer's product, which are not anticipated to be recouped through competition, and the anticipated unacceptable delays in fulfilling the agency requirements through any other source. General Dynamics owns the proprietary data rights for manufacture and overhaul processes associated with the two (2) subassemblies identified above and is considered the only responsible source possessing sufficient requisite knowledge, engineering expertise, and technical data to manufacture the subassembly items and perform necessary overhauls.


The Government intends to solicit and award a single Firm-Fixed-Price (FFP) Indefinite-Delivery, Indefinite-Quantity (IDIQ) contact with a five (5) year ordering period. The anticipated contract award maximum is estimated to be $8,080,000. A Solicitation will NOT be posted to FedBizOpps due to the sole source nature of the requirement.


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.


Contractors must be properly registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) in order to receive the controlled attachments. 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. Information about the JCP is located at https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx .


All changes that occur prior to the closing date of this synopsis will be posted to the FedBizOpps website.


Questions or inquiries should be directed to Jolynn Slaven, Code 0241, telephone 812-854-8466, e-mail jolynn.slaven@navy.mil. Please reference the above solicitation number when responding to this notice.


Jolynn Slaven, Phone 812-854-8466, Email jolynn.slaven@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP