SOLE SOURCE – PROCUREMENT OF MX FAMILY OF SENSOR SYSTEMS AND ASSOCIATED SUPPLIES AND SERVICES
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Presolicitation (Updated)
- Updated Published Date: Dec 29, 2023 04:12 pm EST
- Original Published Date: Dec 20, 2021 01:41 pm EST
- Updated Response Date: Dec 29, 2023 05:00 pm EST
- Original Response Date: Jan 05, 2022 02:00 pm EST
- Inactive Policy: Manual
- Updated Inactive Date: Jan 13, 2024
- Original Inactive Date: Feb 21, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 5855 - NIGHT VISION EQUIPMENT, EMITTED AND REFLECTED RADIATION
- NAICS Code:
- 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Place of Performance:
Description
N0016422RJQ87 – SOLE SOURCE – PROCUREMENT OF MX FAMILY OF SENSOR SYSTEMS AND ASSOCIATED SUPPLIES AND SERVICES - FSC—5855; J058 - NAICS – 334511
Issue Date: 20 DEC 2021 - Closing Date: 05 JAN 2022 02:00 PM EST
SOLE SOURCE PROCUREMENT – Naval Surface Warfare Center (NSWC) Crane intends to issue a five-year, Firm Fixed Price, Indefinite Delivery, Indefinite Quantity (IDIQ) contract for the procurement of MX Family of Sensors (MX-10, MX-15, MX-20, and MX-25 with and without laser designators) including production units and spares, Shop Replaceable Unit (SRUs) and Line Replaceable Units (LRUs), Depot Level and Organizational Level support equipment, software/system improvements, repair of repairables, enhanced depot capability, and engineering services, including program management, configuration management, field service representatives for technical support, and product support services. The Government intends to solicit and negotiate with one source, Canadian Commercial Corporation, 350 Albert St. Suite 700, Ottawa, Ontario, K1A OS6, Canada; 100% subcontracted to the Original Equipment Manufacturer (OEM) Wescam Inc, 50 Leavitt Blvd, Waterdown, Ontario, L9H 0C5, Canada, under statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1. The basis for restricting competition is the lack of Technical Data Package, Intellectual Property, and duplicative cost to the Government that is not expected to be recovered through competition, and the unacceptable delay necessitated are from developing any other source. The duplicative cost and delay necessitated are from integration and regression testing costs of the MX-10, MX-15, MX-20, and MX-25 product lines, which includes reverse engineering and developing specifications, operation testing, and awarding to an alternate source would be a minimum of two (2) years for development, production, system integration, and operational test verification.
Anticipated Period of Performance is from November 2022 to November 2027. It is anticipated that inspection and acceptance will be at Destination/Destination; F.O.B. Destination.
The total maximum award amount is estimated to be $400M. The contract minimum will be $1.1M.
A Request for Proposal will not be made available through https://sam.gov/. The proposed noncompetitive contract action is anticipated to be awarded under FAR Part 15, Contracting by Negotiations. It is anticipated that the contract action will be award date is November 2022.
All responsible sources may submit a capability statement which shall be considered by the agency. However, a determination by the Government not to compete this proposed contract based upon responses to this synopsis 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). 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://sam.gov/ has officially replaced FBO.gov.
All changes that occur prior to the closing date will be posted to Contract Opportunities on https://sam.gov/. 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.
Questions or inquiries should be directed to Valerie Smith, Code 0231, telephone 812-854-3588, e-mail valerie.c.smith25.civ@us.navy.mil. Please reference the above solicitation number when responding to this notice.
Attachments/Links
Contact Information
Contracting Office Address
- WARFARE CENTER 300 HIGHWAY 361
- CRANE , IN 47522-5001
- USA
Primary Point of Contact
- Valerie Smith
- valerie.c.smith25.civ@us.navy.mil
- Phone Number 8128543588
Secondary Point of Contact
History
- Jan 13, 2024 11:55 pm ESTPresolicitation (Updated)
- Dec 30, 2023 11:55 pm ESTSolicitation (Original)
- Feb 21, 2022 11:56 pm ESTPresolicitation (Original)