SOLE SOURCE - THE COMMON DATA LINK (CDL) SYSTEM TEARDOWN, AND EVALUATION, REPAIR, SPARES, DESIGN CHANGES, ENGINEERING SERVICES AND LOGISTICS SUPPORT OF SUBSIDIA...

expired opportunity(Expired)
From: Federal Government(Federal)
N0016424RJW78

Basic Details

started - 02 Apr, 2024 (27 days ago)

Start Date

02 Apr, 2024 (27 days ago)
due - 17 Apr, 2024 (12 days ago)

Due Date

17 Apr, 2024 (12 days ago)
Pre-Bid Notification

Type

Pre-Bid Notification
N0016424RJW78

Identifier

N0016424RJW78
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE
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.

N0016424RJW78 - SOLE SOURCE - THE COMMON DATA LINK (CDL) SYSTEM TEARDOWN, AND EVALUATION, REPAIR, SPARES, DESIGN CHANGES, ENGINEERING SERVICES AND LOGISTICS SUPPORT OF SUBSIDIARY INCLUDES TRAINING, PROGRAM STATUS REVIEWS, AND TRAVEL. PSC: 5826 - NAICS 334511 Issue Date: 02 April 2024 - Closing Date: 17 April 2024 - 2:00 PM Time Eastern Naval Surface Warfare Center (NSWC) Crane Division has a requirement for a five (5) year Firm Fixed Price and Cost-Plus Fixed Fee Type Basic Ordering Agreement (BOA) to support the CDL System for the MQ-4C Triton Unmanned Aircraft System (UAS) Communication (UA COMMS) Network with efforts to include design, develop, fabricate, prototype, produce, test, modify, repair replenish, support and maintain applicable UA COMMS system products and support components. Contractor shall provide engineering and logistic services, labor, material, equipment, and facilities to perform assigned tasks and shall include efforts to increased producibility, maintainability,
reliability, testability, increase safety and decrease cost. The estimated ceiling amount for all items is $25,000,000. The anticipated delivery terms for this acquisition will be FOB Destination. Inspection and Acceptance is anticipated to be at the Source. The proposed noncompetitive contract action is anticipated to be awarded under FAR Part 15, Contracting by Negotiation. The anticipated contract action award date is Second Quarter FY25. The proposed contract action is for the supplies or services for which the Government intends to solicit and negotiate with one source, L3 Technologies, Inc. Communication Systems-West, 640 N 2200 W, Salt Lake City, UT 84116-2925, under the authority of FAR 6.302-1 (statutory authority 10 U.S.C. 2304(c)(1)), one responsible source. This is being sole sourced due to the lack of sufficient technical data, extensive duplication of costs to include procure, re-tool, reverse engineer, generate acceptance test procedures, perform first article testing, acquire flight certification and perform stress analysis that are not expected to be recovered through competition. This is also being sole sourced due to unacceptable delays in fulfilling the agency requirement through any other source. 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 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 re-evaluating the justification for sole source or limitation of sources and making a determination to change the acquisition strategy to a competitive procurement. The Solicitation and any amendments for this sole source action will not be posted to sam.gov and are available only from the POC identified below. The request for proposal will be provided to L3 Technologies, Inc. Communications Systems-West through electronic mail. Companies interested in subcontracting opportunities should contact L3 Technologies, Inc. Communication Systems-West, 640 N 2200 W, Salt Lake City, UT 84116-2925 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. Questions or inquiries should be directed to Christina Lane, Code 0233, telephone 812-381-7227 or e-mail christina.a.lane9.civ@us.navy.mil. Please reference the above solicitation number when responding to this notice.

CRANE, IN, 47522-5001, USALocation

Place Of Performance : CRANE, IN, 47522-5001, USA

Country : United StatesState : Indiana

Classification

NAICS CodeCode 334511
Classification CodeCode 5826