SOLE SOURCE - Services to support the OT-209/ALQ-99F(V) Transmitter-Antenna Group, Low Band Transmitter (LBT) Fleet Support Team, AN/ALQ-240 Electronic Support Measures (ESM) System, Repair Depot, and Logistics Information Management Team (LMIT)
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 17, 2022 02:23 pm EST
- Original Response Date: Mar 05, 2022 02:00 pm EST
- Inactive Policy: Manual
- Original Inactive Date: Apr 29, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: L058 - TECHNICAL REPRESENTATIVE- COMMUNICATION, DETECTION, AND COHERENT RADIATION EQUIPMENT
- NAICS Code:
- 541330 - Engineering Services
- Place of Performance:
Description
N0016422RWS60 Job Order 0001 – SOLE SOURCE - Services to support the OT-209/ALQ-99F(V) Transmitter-Antenna Group, Low Band Transmitter (LBT) Fleet Support Team, AN/ALQ-240 Electronic Support Measures (ESM) System, Repair Depot, and Logistics Information Management Team (LMIT) – FSC/PSC L058 – NAICS 541330
Issue Date: 17 February 2022 – Closing Date: 5 March 2022 – 14:00 Eastern Time
ITEM DESCRIPTION- Naval Surface Warfare Center (NSWC) Crane has a requirement for services associated with the OT-209/ALQ-99F(V) Transmitter-Antenna Group, LBT and its variant and derivative systems , the T-1593B/ALQ-99(V) Band 9/10 Transmitter (hereafter referred to as Band 9/10), and the AN/ALQ-240 (V) ESM components. These services shall support the Government’s Fleet Support Team (FST), the Repair Depot, and LMIT.
The proposed job order is for services in which the Government intends to solicit and negotiate with one source, (to Cobham Advanced Electronic Solutions (Cobham), Lansdale Inc., 305 Richardson Rd. Lansdale, PA 19446) under the authority of FAR 6.302-1(a)(2)(ii). This is being sole sourced because only one source will satisfy the requirement. Cobham is the sole source manufacturer of the Scanner Antenna Unit (WRA-7) for the AN/ALQ-240(V)1 Electronic Support Measures (ESM) System and of the AN/ALQ-99 TJS OT-209/ALQ-99F(V) Transmitter-Antenna Group, Low Band Transmitter and its variants and derivative systems, and the T-1593B/ALQ-99(V) Band 9/10 Transmitter. Cobham maintains a high degree of technical expertise concerning said systems. The basis for restricting competition is the lack of sufficient technical data, duplicative cost to the Government that is not expected to be recovered through competition, and the unacceptable delays in fulfilling the agency requirement through any other source.
The applicable NAICS code for this requirement is 541330. The Product Service Code (PSC) is L058 – Technical Representation Services: Communication, Detection, and Coherent Radiation Equipment. Anticipated Period of Performance will be FY22-FY27.
Request for proposal will not be made available through https://www. sam.gov. No formal request for proposal will be issued. The proposed noncompetitive contract action is anticipated to be awarded under FAR part 15, contracting by negotiations. The anticipated contract action award date is 4th Quarter, FY22. Responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. Responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. Companies interested in subcontracting opportunities should contact Cobham Advanced Electronic Solutions; Lansdale Inc., 305 Richardson Rd. Lansdale, PA 19446.
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
Changes for this procurement will not be posted to Contract Opportunities on https://sam.gov/.
Questions or inquiries should be directed to Aaron Hohl and Marissa Graber, Code 0242 via email aaron.m.hohl.civ@us.navy.mil and marissa.l.graber.civ@us.navy.mil. Telephone calls/questions or inquiries will not be accepted. No questions will be accepted after 5 March 2022 at 1200 Eastern Time. Reference announcement number N0016422RWS60-0001 in the subject line of e-mails and in ALL correspondence and communications related to this effort.
Attachments/Links
Contact Information
Contracting Office Address
- WARFARE CENTER 300 HIGHWAY 361
- CRANE , IN 47522-5001
- USA
Primary Point of Contact
- Aaron Hohl
- aaron.m.hohl.civ@us.navy.mil
Secondary Point of Contact
- Marissa Graber
- marissa.l.graber.civ@us.navy.mil
History
- Dec 19, 2022 11:56 pm ESTPresolicitation (Updated)
- Apr 29, 2022 11:55 pm EDTPresolicitation (Original)