SOLE SOURCE – SPARE PARTS FOR SEWIP AN/SLQ-32(V)7 BLOCK 3 SUBSYSTEM
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 19, 2023 02:26 pm EST
- Original Response Date: Jan 03, 2024 12:00 pm EST
- Inactive Policy: Manual
- Original Inactive Date: Feb 17, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 5865 - ELECTRONIC COUNTERMEASURES, COUNTER-COUNTERMEASURES AND QUICK REACTION CAPABILITY EQUIPMENT
- NAICS Code:
- 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Place of Performance:
Description
JOB ORDER PIID N0016424GWM42-0002 SOLE SOURCE – SPARE PARTS FOR SEWIP AN/SLQ-32(V)7 BLOCK 3 SUBSYSTEM – 5865 – NAICS 334511
Issue Date: 19 December 2023 – Closing Date: 3 January 2024 – 1200 Eastern
Naval Surface Warfare Center (NSWC) Crane has a requirement for spare parts to support the Surface Electronic Warfare Improvement Program (SEWIP) AN/SLQ-32(V)7 configuration, specifically the functional Block 3 subsystem. As the designated In-Service Engineering Agent
(ISEA), Software Support Activity (SSA), Technical Manual Maintenance Activity (TMMA),
Product Support Integrator (PSI), and Depot repair facility, the Maritime Electromagnetic Warfare Systems Division (MEWSD) is responsible for spares support of the AN/SLQ-32 family of systems. Spares/supplies will be used to support ship installation, onboard repairs, fleet requisitions, and depot level repairs.
The proposed contract action is for the supplies or services for which the Government intends to solicit and negotiate with one source, Northrop Grumman Systems Corporation 1580B W
Nursery Rd, Linthicum Heights, Maryland 21090-2202 under the authority of 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 basis for restricting competition is the lack of sufficient technical data, extensive duplication of costs that is not expected to be recovered through competition, and unacceptable delays in fulfilling agency requirement through any other source. As the developer and producer of the Block 3 system, NGSC is the only source capable of providing the highly specialized equipment and services required to support Block 3 initial system fielding and sustainment without incurring unacceptable delays in fulfilling the agency’s requirements. Further, a source other than NGSC would require extensive duplication of costs based on engineering estimates of the cost to develop procedures, expertise, and equipment needed to test and diagnose the Block 3 system failures. Based on these considerations, only NGSC has the required highly specialized knowledge and experience to deliver the required supplies and perform the required services without substantial duplication of cost that is not expected to be recovered through competition.
All responsible sources may submit a capability statement, which shall be considered by the agency. However, a determination by the Government not to compete this proposed contract based upon responses to this solicitation is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of re-evaluating the justification for sole source or limitation of sources and making a determination to change the acquisition strategy to a competitive procurement.
The Solicitation and amendments for this sole source action will not be posted to SAM.gov and are available only from the POC identified below.
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 1866-606-8220 or via the internet at https://www.sam.gov.
Questions or inquiries should be directed to Calli Wininger, Code 0243, telephone 812-3817215, e-mail calli.j.wininger.civ@us.navy.mil. Please reference the above PIID number when responding to this notice.
Attachments/Links
Contact Information
Contracting Office Address
- WARFARE CENTER 300 HIGHWAY 361
- CRANE , IN 47522-5001
- USA
Primary Point of Contact
- Calli Wininger
- calli.j.wininger.civ@us.navy.mil
- Phone Number 8123817215
Secondary Point of Contact
History
- Feb 17, 2024 11:55 pm ESTPresolicitation (Original)