The RFP Database
New business relationships start here

SOLE SOURCE - REPAIRS, REDESIGN, MODIFICATION AND ENGINEERING AND LOGISTICS SERVICES


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

N00164-17-R-JV04 - SOLE SOURCE - REPAIRS, REDESIGN, MODIFICATION AND ENGINEERING AND LOGISTICS SERVICES - FSC 5895 - NAICS 334511


Anticipated Issue Date: 17 APR 2017 - Anticipated Closing Date: 31 MAY 2017 - 2:00 PM EST


A Solicitation will NOT be posted to Fed Biz Opps due to its sole source nature. The draft agreement will be issued directly to Sierra Nevada Corporation on 21 April 2017.



SOLE SOURCE PROCUREMENT - Naval Surface Warfare Center (NSWC) Crane has a requirement to award a five-year Basic Ordering Agreement (BOA) for Common Chassis, Circuit Card Assembly, and power supplies to enable organic NSWC Crane support as well as engineering support for workload varying from R&D, design changes, obsolesce mitigation/management, and field service representative support.. This effort is for Repair/Rework/and Maintenance, Engineering Support Services, Research and Development, Test and Evaluation, Redesign and Modification, Training, Data Collection, Logistics Support Services. Services required are for engineering and logistics support, repairs, upgrades, training, and for logistics support services. Job Orders shall be within scope, issued within ordering period, and be within the maximum total dollar value of approximately $12,500,000 over a five-year period. Each Job Order will be synopsized.


The proposed Agreement is for the supplies and services for which the Government intends to solicit and negotiate with one source, Sierra Nevada Corporation, 444 Salomon Circle, Sparks, NV 89434-9651, under authority of FAR 6.302-1 (statutory authority 10 U.S.C. 2304(c)(1)), only one responsible source. The basis for restricting competition is the lack of sufficient technical data and 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. The duplicative cost and delay are comprised from the cost to procure, re-tool, reverse engineer, generate acceptance test procedures, perform first article testing, acquire flight certification, underway for sub-surface platforms, and perform stress analysis, which would take a minimum of 3-5 years for development, production, and verification.


All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. However, a determination by the Government not to compete this proposed action based upon responses to this draft agreement 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. Companies interested in subcontracting opportunities should contact Sierra Nevada Corporation directly.


The anticipated Agreement award date is Third Quarter Fiscal Year (17). A Solicitation will NOT be posted to Fed Biz Opps due to the sole source nature of the action. The draft Agreement will be issued directly to Sierra Nevada Corporation by 21 April 2017.


The point of contact at NSWC Crane is Ms. Mellisa Sistare, Code 0233, at telephone (812) 854-5059 or e-mail: Mellisa.sistare@navy.mil. ; The mailing address is: Ms. Mellisa Sistare, Code 0233, Bldg. 3373 Room 223C96, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane, IN 47522-5001.


Reference the above number when responding to this notice.


Mellisa Sistare, Phone 812-854-5059 , Email Mellisa.sistare@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP