SOLE SOURCE - Slip Rings, Azimuth and Elevation Brushes, Seals, Elevation Twist Capsules, associated specialized test equipment and the Test Teardown and Evaluation (TT&E) and Repair
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: Sep 18, 2023 05:01 pm EDT
- Original Response Date: Oct 05, 2023 04:00 pm EDT
- Inactive Policy: Manual
- Original Inactive Date: Nov 19, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: J016 - MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES
- NAICS Code:
- 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Place of Performance:
Description
N0016424RJQ18 - SOLE SOURCE - Slip Rings, Azimuth and Elevation Brushes, Seals, Elevation Twist Capsules, associated specialized test equipment and the Test Teardown and Evaluation (TT&E) and Repair - FSC/PSC J016 - NAICS 334511
Issue Date: 9/18/2023 Closing Date: 10/05/2023
ITEM DESCRIPTION - Naval Surface Warfare Center, Crane Division (NSWC Crane) has a requirement for the purchase and repair of Slip Rings, Azimuth and Elevation Brushes, Seals, Elevation Twist Capsules, associated specialized test equipment and the Test Teardown and Evaluation (TT&E) and Repair. These items will be utilized in the repair and sustainment support of the Raytheon family of Electro Optic/Infrared (EO/IR) Systems, also known as Multi-spectral Targeting Systems (MTS). This family of EO/IR systems includes the AN/AAS-44C, AN/AAS-52B, AN/DAS-1A, AN/DAS-3, AN/DAS-4, AN/DAS-5, AN/AAS-53, AN/ZSQ-2, MTS-C and future MTS derivatives, hereinafter referred to as EO/IR Systems.
The proposed contract action is for the supplies or services for which the Government intends to solicit and negotiate with one source, Moog Inc. (1213 N. Main St., Blacksburg, VA. 24060-3127), under the authority of FAR 6.302-1, only one responsible source and no other type of supplies or services will satisfy agency requirements. The requirement is being solicited on a sole source basis because the Government does not own design specifications adequate to allow for competition and Moog, Inc. has advised that Moog does not intend to license or sell its proprietary data to the Government or to any entity. Based on their unique system design, test and component interface knowledge and experience, Moog is the only contractor possessing the capability to provide the required supplies and services in the timeframes required. Therefore, Moog is the only contractor possessing the capability to provide the required supplies/services to meet mission requirements without significant duplicative costs and time delays to the Government, which would not be recouped through a competitive contract action.
All responsible sources may submit a capability statement or proposal 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. Solicitations 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 1-866-606-8220 or via the internet at https://www.sam.gov.
Questions or inquiries should be directed to Charlene Warren, Code 0231, telephone 812-381-7139, e-mail charlene.r.warren.civ@us.navy.mil. Please reference the above solicitation 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
- CHARLENE WARREN
- CHARLENE.R.WARREN.CIV@US.NAVY.MIL
- Phone Number 8123817139
Secondary Point of Contact
History
- Jun 13, 2024 11:55 pm EDTPresolicitation (Updated)
- Apr 15, 2024 06:10 pm EDTPresolicitation (Updated)
- Nov 19, 2023 11:55 pm ESTPresolicitation (Original)