Inactive
Notice ID:N0016419RWS39
N00164-19-R-WS39 - SOLE SOURCE- COMMUNICATIONS COUNTERMEASURE SETS (CCS) - FSC 5865 - NAICS 334511 Anticipated Issue Date 08 MAY 2019 - Anticipated Closing Date 27 JUNE 2019 - 2:00 PM (EST) This reque...
N00164-19-R-WS39 - SOLE SOURCE- COMMUNICATIONS COUNTERMEASURE SETS (CCS) - FSC 5865 - NAICS 334511 Anticipated Issue Date 08 MAY 2019 - Anticipated Closing Date 27 JUNE 2019 - 2:00 PM (EST) This request for information is being posted to Federal Business Opportunities (FBO) page located at http://www.fbo.gov/. FBO is the single point of entry for posting of synopsis and solicitations to the internet. Please feel free to use the FBO site to access information posted by NSWC Crane. Naval Surface Warfare Center, Crane Division, Crane, IN has a requirement for Communications Countermeasure Sets (CCS) in support of United States Special Operations Command (USSOCOM) Multi-Mission Platform (MMP) efforts and the US Army's Communication Electronic Attack with Surveillance and Reconnaissance (CEASAR) efforts. The proposed contract action is for supplies which the Government intends to solicit with only one source, Raytheon Company, 1010 Production Road, Fort Wayne, IN 46808 under statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1(a). This is being sole sourced because Raytheon Company is the Original Equipment Manufacturer (OEM) of the CCS units. The basis for restricting competition is that any other vendor would lack the proprietary materials, data, and processes that are needed to support this requirement. The Government intends to award a five (5) year, Firm Fixed Price (FFP) contract to procure a minimum of ten (10) CSS units the first year with the option to procure an additional fifteen (15) units over the remaining four (4) years of the contract. Upon exercising an option to procure additional CCS units, the Government will place an order to procure a quantity of five (5), ten (10), or fifteen (15) units per order. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for proposals. 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. The controlled attachments will be posted to FedBizOps at the same time the solicitation is posted. FedBizOps may be accessed at http://www.fbo.gov. All changes that occur prior to the closing date will be posted to the FedBizOpps website. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and / or award. Offers must be submitted in the format specified by the solicitation. It is the responsibility of the offeror to submit offers to the POC at NSWC Crane Government point of contact is Rodney Fultz, Code 0242, telephone 812-854-8958, or e-mail rodney.a,fultz@navy.mil Please reference solicitation number N00164-19-R-WS39 when responding to this notice.