Inactive
Notice ID:Oxygen_regulator_solutions
The Naval Air System Command (NAVAIR), Naval Air Station (NAS) Patuxent River, MD, intends to negotiate and award, on a sole source basis, a contract to Mission Systems Davenport Inc. This award will ...
The Naval Air System Command (NAVAIR), Naval Air Station (NAS) Patuxent River, MD, intends to negotiate and award, on a sole source basis, a contract to Mission Systems Davenport Inc. This award will support the design and development of a regulator that is compatible with a government furnished mask as an integrated system with specific attention on reducing the labor intensiveness of breathing. In addition, this award will support replacement/modification of the existing CRU-103 man-mounted oxygen regulator to be used with existing cockpit and Aviation Life Support System (ALSS) interfaces, and ALSS crew configurations in F/A-18, EA-18, T-45, E-2D, and V-22 aircraft, on behalf of U. S. Navy (USN). The proposed contract actions for the procurement are those for which the Government intends to negotiate with only one source under the authority of 10 U.S.C.3204(a)(1) and FAR 6.302-1, “Only one responsible source and no other supplies or services will satisfy agency requirements.” The Government has a requirement for improving man-mounted oxygen regulators in order to reduce physiological episodes in accordance with NAVAIRSYSCOM requirements. Mission Systems Davenport Inc. is the Original Equipment Manufacturer (OEM) for the current CRU-103 man-mounted oxygen regulator. To provide the required support, it is necessary to utilize the OEM specific supplies and services used currently. Mission Systems Davenport Inc. provided a technical approach and vision that meets the Government’s needs (KPPs). THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. Interested parties, however, may identify their interest and capability by responding to the requirement with a capability statement. The Government will consider all information received prior to the closing date of this synopsis. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete the proposed contract modification based upon responses to this notice is solely within the discretion of the Government. No phone inquiries will be entertained. Responses shall be made in writing by E-mail to the attention of Ms. Tyesha Parker or Mr. Jamie Billig using the contact information provided in this synopsis. Companies interested in subcontracting opportunities should contact Mission Systems Davenport Inc..