MK 92 Fire Control System (FCS) Design Agent - Engineering and Logistics Support 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 (Original)
- Original Published Date: Dec 23, 2021 04:32 pm EST
- Original Response Date: Jan 07, 2022 02:00 pm EST
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance: Port Hueneme CBC Base , CA 93043USA
Description
The Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD) will issue a solicitation for MK 92 Fire Control System (FCS) Design Agent - Engineering and Logistics Support Services to the Air Dominance Department. This is a follow-on requirement for N6339417G0001 with Lockheed Martin Corporation. The applicable North American Industry Classification System (NAICS) code for this procurement is 334511 with a Size Standard of 1,250 employees.
NSWC PHD intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. The basis for restricting competition is proprietary information/data rights owned by Lockheed Martin Corporation. The contractor is the Design Agent and sole manufacturer of the MK 92 FCS that owns and maintains the proprietary data drawing packages, production capability, and system design expertise.
The anticipated performance periods will span five (5) years. The first ordering period is anticipated to begin in March 2022.
All responsible sources may identify their interest and provide capability statements in response to this notice.
Interested companies should submit, on company letterhead, a notice of interest including the name, telephone number, mailing address, and e-mail address of one point of contact. Responses to this notice should not exceed (15) single-sided (Times New Roman, minimum 12 point font) pages. Submission shall be in Microsoft Word or Adobe Acrobat and shall be sent electronically to: John.Carhart@navy.mil.
This notice of intent is not a request for competitive proposals. However, all responses received within 15 days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government.
DISCLAIMER: THIS SYNOPSIS IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE
GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVALIABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SYNOPSIS IS STRICTLY VOLUNTARY.
Attachments/Links
Contact Information
Primary Point of Contact
- John S Carhart
- john.carhart@navy.mil
- Phone Number 805-228-0650