Federal Bid

Last Updated on 07 Jun 2021 at 5 PM
Special Notice
Crane Indiana

SOLE SOURCE –SOLID STATE SWITCH ASSEMBLY (SSSA) MOD KITS FOR INSTALLATION AND CHECKOUT (INCO) SPARES TO SUPPORT AN/SPY RADAR SYSTEM, MK99 FIRE CONTROL SYSTEM (FCS), AN/SPS-49 RADAR SYSTEM, ASSOCIATED TRANSMITTER GROUPS AND ANCILLARY EQUIPMENT

Solicitation ID N0016420GWP61_N0016421FW066_P00001
Posted Date 07 Jun 2021 at 5 PM
Archive Date 13 Jul 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Nswc Crane
Agency Department Of Defense
Location Crane Indiana United states 47522

N0016420GWP61_N0016421FW066_P00001 – SOLE SOURCE –SOLID STATE SWITCH ASSEMBLY (SSSA) MOD KITS FOR INSTALLATION AND CHECKOUT (INCO) SPARES TO SUPPORT AN/SPY RADAR SYSTEM, MK99 FIRE CONTROL SYSTEM (FCS), AN/SPS-49 RADAR SYSTEM, ASSOCIATED TRANSMITTER GROUPS AND ANCILLARY EQUIPMENT – PSC J012 – NAICS 334511

Synopsis Issue Date: 07 JUNE 2021 – Synopsis Closing Date: 28 JUNE 2021 – 2:00 P.M. EST

Naval Surface Warfare Center (NSWC) Crane has a requirement for an additional five (5) Solid State Switch Assembly (SSSA) Mod Kits for Installation and Checkout (INCO) Spares.  These kits are to support AN/SPY radar system, MK99 fire control system (FCS), AN/SPS-49 radar system, associated transmitter groups and ancillary equipment.

The proposed contract action is for supplies for which the Government intends to solicit and negotiate with one source, Raytheon Company; 1001 Boston Post Rd E, Marlborough, MA, 01752-3770, under the authority of FAR 6.302-1 (statutory authority 10 U.S.C. 2304(c)(1)), Only One Responsible Source. This is being sole sourced because Raytheon is the only source capable of providing the required services and supplies in support of these specialized systems. 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. The Government will not post the request for proposal on the Government Point of Entry. FOB Origin is anticipated to be required for delivery. The job order modification for these additional kits totals $3,670,000.00,  and final delivery is anticipated on 30 September 2023.

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.

Contract Opportunities on https://beta.sam.gov/ has officially replaced FBO.gov

All changes that occur prior to the closing date will be posted to Contract Opportunities on https://beta.sam.gov/.

Questions or inquiries should be directed to Logan Wagler, Code 0241, telephone 812-854-1061, e-mail [email protected].  Please reference the above solicitation number when responding to this notice.

Bid Protests Not Available