SOLE SOURCE- REPAIR/REWORK/AND MAINTENANCE, SPARES, AND REPLINSHMENT, ENGINEERING SUPPORT SERVICES, RESEARCH AND DEVELOPMENT, LOGISTICS SUPPORT SERVICES AND TRA...

expired opportunity(Expired)
From: Federal Government(Federal)
N0016419RJV44

Basic Details

started - 25 Mar, 2019 (about 5 years ago)

Start Date

25 Mar, 2019 (about 5 years ago)
due - 10 Apr, 2019 (about 5 years ago)

Due Date

10 Apr, 2019 (about 5 years ago)
Pre-Bid Notification

Type

Pre-Bid Notification
N0016419RJV44

Identifier

N0016419RJV44
Department of the Navy

Customer / Agency

DEPT OF DEFENSE (710798)DEPT OF THE NAVY (157257)NAVSEA (28181)NAVSEA WARFARE CENTER (18981)NSWC CRANE (2597)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

N00164-19-R-JV44 - SOLE SOURCE- REPAIR/REWORK/AND MAINTENANCE, SPARES, AND REPLINSHMENT, ENGINEERING SUPPORT SERVICES, RESEARCH AND DEVELOPMENT, LOGISTICS SUPPORT SERVICES AND TRAVEL- FSC 5999 - NAICS 334511Anticipated Issue Date: 25 March 2019 - Anticipated Closing Date: 10 April 2019- 2:00 PM ESTA solicitation will NOT be posted to Fed Biz Opps due to its sole source nature. The draft agreement will be issued directly to Mircrosemi Frequency and Time Corporation.SOLE SOURCE PROCUREMENT - Naval Surface Warfare Center (NSWC) Crane has a requirement to execute a four-year Basic Ordering Agreement (BOA) to Microsemi Frequency and Time Corporation for support of the Privateer System including Part Numbers ATS6402B-2U-Z1, ATS6402C-2U-Z1, ATS 95010, LCF64GCRBNA1066 and SSDSC1NB240G401 in support of PMA-290 Maritime Patrol Reconnaissance Aircraft (MPRA). This requirement includes repair, rework and maintenance, spares and replenishment, engineering support services, research and
development, test and evaluation, redesign and modification, training, data collection, logistics support services, procurement of spares and travel (as required) to support part numbers/configurations.The part numbers above include the individual SRAs, support equipment, special tools and tooling, packaging and handling equipment, test equipment and applicable system software/firmware. Job Orders shall be within scope, issued during the ordering period, and be within the maximum total dollar value of approximately $13,500,000 over a four-year period. Each Job Order will be synopsized.The proposed agreement is for the supplies and services for which the Government intends to solicit and negotiate with one source, Microsemi Time and Frequency Corporation, 4775 Walnut St Ste B, Boulder, CO 80301-2579. The basis for restricting competition is the lack of software documentation, test fixtures/stations and technical data including quality/performance acceptance test procedures which prohibit any other source from directly performing the required engineering support and repair actions for the Privateer System. Microsemi is the prime integrator and is the only source that possess the technical data required to produce, repair, support, and maintain the Privateer System. Duplicative cost and delay are comprised from the cost to procure, re-tool, reverse engineer, generate acceptance test procedures, perform first article testing, acquire flight certification, and perform stress analysis, which would take a minimum of three to four years for development time.All responsible sources 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 action based upon responses to this draft agreement 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. Companies interested in subcontracting opportunities should contact Microsemi Frequency and Time Corporation, directly.Contractors must be properly registered in the System for Award Management (SAM). 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.The anticipated agreement award date is Third Quarter Fiscal Year Nineteen (19). A Solicitation will NOT be posted to Fed Biz Opps due to the sole source nature of the action.The point of contact at NSWC Crane is Ms. Michael Sprinkle, Code 0233, at telephone (812) 854-1566 or e-mail: Michael.s.sprinkle@navy.mil. The mailing address is: Ms. Michael Sprinkle, Code 0233, Bldg. 121 Room 234, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane, IN 47522-5001. Reference the above number when responding to this notice. 

300 Highway 361 Building 3373 Crane, Indiana 47522-5001 United StatesLocation

Place Of Performance : 300 Highway 361 Building 3373 Crane, Indiana 47522-5001 United States

Country : United StatesState : Indiana

Classification

334 -- Computer and Electronic Product Manufacturing/334511 -- Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
naicsCode 334511Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
pscCode 58Radar Equipment, Except Airborne