MK38 MOD 3 Basic Ordering Agreement FY23-27
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: Sources Sought (Original)
- Original Published Date: May 13, 2022 09:06 am EDT
- Original Response Date: May 27, 2022 03:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 1005 - GUNS, THROUGH 30MM
- NAICS Code:
- 332994 - Small Arms, Ordnance, and Ordnance Accessories Manufacturing
- Place of Performance:
Description
N00174-22-SN-0040
MK38 MOD 3 Basic Ordering Agreement (BOA) FY23-27
This Sources Sought notice is being posted to satisfy the requirement of Defense Federal Acquisition Regulation Supplement 206.302-1(d). The Naval Surface Warfare Center Indian Head Division (NSWC IHD), Contracts Department intends to award a Basic Ordering Agreement (BOA) to support the MK38 MOD 3 Machine Gun Systems (MGS) including Open, Inspect and Repair efforts, Engineering Services, Linux Operating System Upgrades, Mod2 to Mod3 Conversion Kits and associated hardware, and spares on a sole source basis to BAE Systems Land & Armaments, Inc, 4800 East River Road, Minneapolis, MN 55421. It is anticipated that this contract will be awarded to support the Navy’s MK38 Mod 2/3 FY23 through FY27 requirements.
THIS NOTICE IS NOT A REQUEST FOR PROPOSAL. This acquisition is being pursued on a sole source basis under the statutory authority of 10 USC SS 3204(a)(1), as implemented in FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. This notice of intent is not a request for competitive proposals nor does it restrict the Government from an ultimate acquisition approach; however, the Government will consider all responses received to this notice. A determination by the Government not to compete this requirement is solely within the discretion of the Government. This sources sought should not be construed as a commitment by the Government for any purpose. Requests for solicitation will not receive a response. All information is to be submitted at no cost or obligation to the U.S. Government. The U.S. Government reserves the right to reject, in whole or in part, any input as a result of this market survey. The U.S. Government is not obligated to notify respondents of the results of this survey. If a formal solicitation is generated at a later date, a solicitation notice will be published.
All interested sources shall provide the organization name, address, point of contact, phone number, fax number, e-mail address, business size, taxpayer identification number, DUNS number, and CAGE Code. In addition, all interested sources shall provide a summary of their company’s capabilities.
All responding sources must email their response submissions no later than 27 May 2022 to:
NSWC IHD
Contract Specialist: Michael Anthony, michael.j.anthony40.civ@us.navy.mil
Large files need to be compressed using Zip and renamed with a piz file extension.
Attachments/Links
Contact Information
Contracting Office Address
- 4219 SOUTH PATTERSON ROAD
- INDIAN HEAD , MD 20640-1533
- USA
Primary Point of Contact
- Michael Anthony
- michael.anthony@navy.mil
- Phone Number 9737249276
Secondary Point of Contact
History
- Jun 11, 2022 11:55 pm EDTSources Sought (Original)