Skip to main content

An official website of the United States government

You have 2 new alerts

JOB ORDER SOLE SOURCE – TEST, TEARDOWN, EVALUATION, AND REPAIR

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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: Feb 25, 2022 02:01 pm EST
  • Original Response Date: Apr 15, 2022 02:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 30, 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

N0016419GJV40-0003 – JOB ORDER SOLE SOURCE – TEST, TEARDOWN, EVALUATION, AND REPAIR – PSC J016 – NAICS 334511

Anticipated Issue Date: 3/15/2022     Anticipated Closing Date: 4/15/2022 - 2:00 PM EST 

A Solicitation will NOT be posted to SAM.gov due to its sole source nature. The draft agreement will be issued directly to L-3 COMMUNICATIONS INTEGRATED SYSTEMS L.P. (L-3).

ITEM DESCRIPTION– Naval Surface Warfare Center (NSWC) Crane has a requirement for the test, teardown and evaluation (TT&E) and repair of three (3) Wavebuster, Digital Receiver, Part Number (P/N): SK14-0126-4, Serial Number (S/N): 78185990-002, 78185991-002, and 78182978-001, as part of the Joint Signals Processor Version 4 (JSP V4). This is a Job Order (JO) under an existing Basic Ordering Agreement (BOA), N0016419GJV40 with L-3 COMMUNICATIONS INTEGRATED SYSTEMS L.P. (L-3).

The proposed contract action is for the supplies or services for which the Government intends to solicit and negotiate with one source, L-3 COMMUNICATIONS INTEGRATED SYSTEMS L.P. (L-3), 10001 JACK FINNEY BLVD, GREENVILLE TX 75402-3119, under the authority of FAR 6.302-1 (statutory authority 10 U.S.C. 2304(c)(1)), only one responsible source. The basis for restricting competition is the lack of software documentation, test fixtures/stations and sufficient technical data including quality/performance acceptance test procedures, which prohibit any other source from directly manufacturing Part Number SK14-0126-4. Duplicative cost and delay are comprised from the cost to procure, re-tool, reverse engineer, generate acceptance test procedures, perform first article testing, acquire flight certification, underway for sub-surface platforms, and perform stress analysis, which would take a minimum of three to five years for development, production, and verification. 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 action based upon responses to this draft agreement 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 beta.sam.gov and FBO.gov.

Questions or inquiries should be directed to Rachel Johnson, Code 0233, e-mail rachel.m.johnson91.civ@us.navy.mil.  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