Skip to main content

An official website of the United States government

You have 2 new alerts

SOLE SOURCE – EYESAFE LASER RANGE FINDERS (ESLRF)

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 (Original)
  • Original Published Date: Nov 30, 2023 03:07 pm EST
  • Original Response Date: Dec 15, 2023 02:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Jan 29, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: J016 - MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES
  • NAICS Code:
    • 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
  • Place of Performance:

Description

N0016424RJQ14 – SOLE SOURCE – EYESAFE LASER RANGE FINDERS (ESLRF) – PSC J016 – NAICS 334511

Issue Date: 30 NOV 2023 – Closing Date: 15 DEC 2023 – 2:00 PM EST

Naval Surface Warfare Center, Crane Division (NSWC-CR) located at Naval Support Activity, Crane, IN anticipates awarding a 5-year, Firm-Fixed Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract for the procurement of Eyesafe Laser Range Finders (ESLRF), supporting repair components, associated specialized test equipment, engineering support, spares, and Test, Teardown, and Evaluation (TT&E) repairs. The IDIQ contract will be solicited and negotiated on a sole source basis with L3 Technologies Inc, 2500 N Orange Blossom TRL Orlando, Florida 32804-4807. Contract minimum is anticipated to be 1 TT&E and 1 repair and the contract maximum is anticipated to be $1,987,815.38. FOB Destination, delivery location is Crane, IN. The anticipated award date is 30 APR 2023. This effort will be conducted on a sole source basis in accordance with the statutory authority 10 U.S.C. 3204(a)(1)as implemented by FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements. The Government does not possess a complete technical data package to compete this action. A competitive procurement approach would require extensive cost duplication and an unacceptable delay in schedule to meet requirement needs.

The US Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. Request for proposal will not be made available through the System of Award Management (SAM) website, SAM.GOV. The request for proposal will be provided directly to L3 Technologies Inc. through electronic mail. The proposed noncompetitive contract action is anticipated to be awarded under FAR part 15, contracting by negotiations. Responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency.

Questions or inquiries should be directed to Logan Carrico. Preferred email correspondence at logan.j.carrico.civ@us.navy.mil and phone: 812-381-7114. Please reference the above solicitation number when responding to this notice.

Contact Information

Contracting Office Address

  • WARFARE CENTER 300 HIGHWAY 361
  • CRANE , IN 47522-5001
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Jan 29, 2024 11:55 pm ESTPresolicitation (Original)