Inactive
Notice ID:N0016419RJQ58
N00164-19-R-JQ58 - SOLE SOURCE - PROCUREMENT OF MX-25, MX-20, MX-15, and MX-10 SENSOR SYSTEMS AND SPARES. WEAPONS REPLACEABLE ASSEMBLIES (WRAs) AND LINE REPLACEABLE UNITS (LRUS), SYSTEM GROUND EQUIPME...
N00164-19-R-JQ58 - SOLE SOURCE - PROCUREMENT OF MX-25, MX-20, MX-15, and MX-10 SENSOR SYSTEMS AND SPARES. WEAPONS REPLACEABLE ASSEMBLIES (WRAs) AND LINE REPLACEABLE UNITS (LRUS), SYSTEM GROUND EQUIPMENT, DEPOT LEVEL AND ORGANIZATIONAL LEVEL SUPPORT EQUIPMENT, SOFTWARE/SYSTEM IMPROVEMENTS/UPGRADES, MAINTENANCE AND CALIBRATION, SPARE PARTS, PROGRAM SUPPORT, PRODUCT SUPPORT, TECHNICAL SUPPORT, FIELD SUPPORT REPRESENTATIVE, ENGINEERING INVESTIGATIONS, REPAIRS, ENGINEERING AND LOGISTICS SUPPORT, AND TECHNICAL DATA - FSC 5855 - NAICS 334511 Anticipated Issue Date: 01 FEB 2019 Anticipated Closing Date: 04 MAR 2019 - 2:00PM EST This synopsis is being posted to the Federal Business Opportunities (FBO) page located at https://www.fbo.gov/. FBO is the single point of entry for posting of synopses and solicitations to the internet. Please feel free to use the FBO site to access information posted by NSWC Crane. SOLE SOURCE PROCUREMENT - Naval Surface Warfare Center (NSWC) Crane intends to award a five-year, Firm Fixed Price, Basic Ordering Agreement for the procurement of MX-25, MX-20, MX-15, and MX-10 product line Sensor Systems with and without laser designators and spares, including Weapons Replaceable Assemblies (WRAs) and Line Replaceable Units (LRUs), system ground equipment, Depot Level and Organizational Level support equipment, software/system improvements/upgrades, maintenance and calibration, and spare parts. The procurement will also include engineering services, including program support, product support, technical support, field representative support, engineering investigations, repairs, and engineering and logistical support. Technical data, including failure reports, test reports, and product manuals, will also be required. Quantities, delivery, FOB point, inspection and acceptance, and maximum total dollar values will be determined at the individual Job Order level. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with one source, the Canadian Commercial Corporation, North Atlantic Treaty Organization Commercial and Government Entity, 100% subcontracted to the Original Equipment Manufacturer (OEM) L-3 Communications WescamTM, 649 North Service Road, Burlington, Ontario, 7LP 5B9, under statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1. The basis for restricting competition is the lack of a Technical Data Package, Intellectual Property, and duplicative cost to the Government that is not expected to be recovered through competition, and the unacceptable delay necessitated from developing any other source. The duplicative cost and delay necessitated are from integration and regression testing costs of the MX-25, MX-20, MX-15, and MX-10 product lines, which includes reverse engineering and developing specifications. Soliciting competitive offers, and awarding to an alternate source would be a minimum of two (2) years for development, production, system integration, and operational test verification. A Request for Proposal will not be made available through www.fbo.gov. The proposed noncompetitive contract action is anticipated to be awarded under FAR Part 15, Contracting by Negotiations. It is anticipated that the contract action will be awarded in the fourth quarter of Fiscal Year 2019. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. The purpose of this synopsis is to determine whether to conduct a competitive procurement; however, a determination by the Government not to compete this proposed contractual action based upon responses to this synopsis is solely within the Government's discretion. Companies interested in subcontracting opportunities should contact L-3 Communications WescamTM directly. Contractors must be properly registered in the Government System for Award Management database (SAM). Contractors may obtain information on SAM registration and annual confirmation of requirements by calling 1-866-606-8220, or via the internet at www.sam.gov. A formal solicitation will not be posted to the FedBizOpps website. Interested parties may contact the POC below. Please refer to the announcement number in all correspondence and communications. Contracting Office Address: 300 Highway 361 Building 121 Crane, IN 47522-5001 United States Primary Point of Contact Cassie Shelton Cassie.Shelton@navy.mil Phone: (812)854-1557