Inactive
Notice ID:N0016419RJQ58-0001
N00164-19-G-JQ58-0001 - SOLE SOURCE - PROCUREMENT OF MX FAMILY OF SENSOR SYSTEMS AND ASSOCIATED SUPPLIES AND SERVICES - FSC-1680 - NAICS - 334511 Anticipated Issue Date: 03 APR 2019 - Anticipated Clos...
N00164-19-G-JQ58-0001 - SOLE SOURCE - PROCUREMENT OF MX FAMILY OF SENSOR SYSTEMS AND ASSOCIATED SUPPLIES AND SERVICES - FSC-1680 - NAICS - 334511 Anticipated Issue Date: 03 APR 2019 - Anticipated Closing Date: 03 MAY 2019 02:00 PM EDT SOLE SOURCE PROCUREMENT - Naval Surface Warfare Center (NSWC) Crane intends to issue a five-year, Firm Fixed Price, Job Order under the pending sole source Basic Ordering Agreement (BOA) N00164-19-G-JQ58. The BOA will be issued to 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 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 are 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. Job Order 0001 is intended to provide MX-20D spare parts including organization level spares, ground support equipment, basic intermediate level spares, advanced intermediate level spares, test equipment, and training to establish a basic through advanced maintenance capability in support of Harvest Hawk Program. Anticipated Period of Performance is from June 2019 to June 2024. The total award amount is estimated to be $9.9M. It is anticipated that inspection and acceptance will be at source/destination. 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 award date is June 2019. All responsible source 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 contract based upon responses to this synopsis is solely for the purpose of determining whether to conduct a competitive procurement. 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. 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