The RFP Database
New business relationships start here

TB-23 Depot Services


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

This is a synopsis for noncommercial items prepared in accordance with FAR 5.207 as supplemented with additional information included in this notice. This procurement is being processed on an unrestricted basis. The North American Industry Classification System (NAICS) Code for this acquisition is 811219.  The Small Business Size Standard is $20,500,000.00.

 


The Naval Undersea Warfare Center, Division Newport, RI (NUWCDIVNPT) intends to award a Cost Plus Fixed Fee (CPFF) five year (base with 4 options) ID/IQ contract on a Sole Source basis to L3 Technologies to provide continued TB-23/BQ Towed Array Depot Support in the following areas:  Production, Field, Depot Operations, Integrated Logistics, Configuration Management, Evaluation, Salvage, Repair, Refurbishment, Engineering and Technical Services.  NUWCDIVNPT is procuring these services to support current and next generation towed sonar arrays and associated towed array handling system's needs for the Sensor and Sonar Systems Department, Sensors and Arrays Division.


 


NUWCDIVNPT intends to purchase the following items on a Cost Plus Fixed Fee basis:


 


CLIN 0001: TB-23 Depot Services (Base year)


 


Option CLIN 0004: TB-23 Depot Services (Option year 1)


 


Option CLIN 0005: TB-23 Depot Services (Option year 2)


 


Option CLIN 0006: TB-23 Depot Services (Option year 3)


 


Option CLIN 0007: TB-23 Depot Services (Option year 4)


 


NUWCDIVNPT intends to purchase the following items on a Firm Fixed Price basis:


 


CLIN 0002: Technical Drawing Package


 


CLIN 0003:  Data (Not separately priced)


 


Note: Stepladder quantities to be determined.


 


Period of performance of CLIN 0001 is one year from date of contract award. Place of performance is contractors facility. Required delivery of CLIN 0002 is no later than 60 days from date of contract award. 

The proposed contract action is for services for which the Government intends to negotiate with only one source under the authority of 10 U.S.C. 2304 (c)(1), as implemented by FAR 6.302-1, Only One Responsible Source.  L3 Technologies is the only contractor with the requisite knowledge and experience, technical documentation, special tooling, fixtures and test stations to provide the required TB-23 repairs and refurbishment services.  L3 Technologies is the only qualified vendor capable of providing these services without resulting in unacceptable delays and duplicative efforts fulfilling the Navy requirements that would negatively impact fleet capabilities.

 


The anticipated award date of RFP#: N66604-17-R-1737 is expected to be on or about 14 July 2017. 

The synopsis is not a request for competitive proposals. All responsible sources may submit a capability statement which will be considered by the Government. 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.

 

Information shall be submitted prior to the anticipated award date via email to all of the following points of contact: Danielle Ventura at Danielle.L.Ventura1@navy.mil and Andrew Nagelhout at andrew.c.nagelhout@navy.mil.


Danielle Ventura, Email danielle.l.ventura1@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP