SOLE SOURCE – TOPLITE ELECTRO-OPTICS SIGHTS (EOS) SUSTAINMENT
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 (Updated)
- Updated Published Date: Mar 31, 2023 12:37 pm EDT
- Original Published Date: Apr 18, 2022 01:00 pm EDT
- Updated Response Date: May 18, 2023 12:00 am EDT
- Original Response Date: May 02, 2022 02:00 pm EDT
- Inactive Policy: Manual
- Updated Inactive Date: Jul 03, 2023
- Original Inactive Date: Jun 16, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 5855 - NIGHT VISION EQUIPMENT, EMITTED AND REFLECTED RADIATION
- NAICS Code:
- 336414 - Guided Missile and Space Vehicle Manufacturing
- Place of Performance:
Description
N0016422RJQ09 – SOLE SOURCE – TOPLITE ELECTRO-OPTICS SIGHTS (EOS) SUSTAINMENT - FSG 5855 - NAICS 333314
Anticipated Issue Date 18 April 2022 - Anticipated Closing Date 2 May 2022 - 2:00 PM EST
This synopsis is being posted to http://www.sam.gov/. SAM.gov is the single point of entry for posting of synopsis and solicitations to the internet. Please feel free to use the SAM.gov site to access information posted by NSWC Crane.
Naval Surface Warfare Center (NSWC) Crane’s requirement for the procurement of organic repair services and supplies for sustainment of the Toplite Electro-Optic Sights (EOS) in support of the US Navy and Coast Guard. In effort to continue supporting the Toplie EOS intermediate and depot level repairs, this action will include requirements for Configuration Management, Configuration Identification Base Line requirements, Reliability / Maintainability, Reliability Data, Shop Replaceable Units (SRU) and Line Replaceable Units, (LRU), repair fixtures, Repair of Repairable, Field Repairs / Technical Assists, Travel, Acceptance Test Plan, Test Procedures, Training and Training Support, Course Curriculum Training Materials, Technical Data, Engineering Drawings, Supply Support, Monthly Status Reports, and data deliverables for the Toplite EOS. The Government anticipates awarding a 5-year, Firm-Fixed Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract. An estimated contract value of $73,000,000 for the Toplite EOS sustainment on a sole source basis will be awarded to Rafael Advanced Defense Systems, Ltd. (Rafael), Derech Akko, P.O. Box 2250, Haifa, 000031021, Israel, in accordance with FAR 6.302-1, “Only one responsible source and no other supplies or services will satisfy agency requirements.” The Contractor shall deliver the spare parts FOB Destination, NSWC Crane, Crane, IN. This is being sole sourced because Rafael is the original equipment manufacturer (OEM), and holds proprietary rights to the data and drawings for the Toplite EOS. Supplies and services coming from another manufacturer would require additional time for reverse engineering of parts and qualification testing to ensure the parts are compatible. This would cause detrimental delays of the repair time, and a duplication of cost that the Government is not expected to recover through competition.
Request for proposal will not be made available through http://www.sam.gov. The request for proposal will be provided to Rafael through electronic mail. The proposed noncompetitive contract action is anticipated to be awarded under FAR Part 15, contracting by negotiations. The anticipated contract action award date is 11 May 2023. Responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. Companies interested in subcontracting opportunities should contact Rafael Advanced Defense Systems, Ltd. (Rafael), Derech Akko, P.O. Box 2250, Haifa, 000031021, Israel directly.
To be eligible for award, contractors must be properly registered in the Government System for Award Management database (SAM). Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at www.sam.gov.
Contractors must be properly registered in the Government(s) System for Award Management (SAM) and in the Joint Certification Program (JCP) in order to receive the solicitation attachments. 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. Information about the JCP is located at https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx.
The point of contact (POC) at NSWC Crane is Mr. Bradly McLaughlin, Code 0231 at e-mail: bradly.mclaughlin@navy.mil (preferred) or telephone 812-854-2422. The mailing address is: Mr. Bradly McLaughlin, Code 0231, Bldg. 121, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane, IN 47522- 5001.
Please refer to the announcement number in all correspondence and communications
AMENDMENT 0001:
The purpose of this amendment 0001 to Synopsis N0016422RJQ09 is to update the contract number from N0016422RJQ09 to N0016423RJQ09. In order to change synopsis number to appropriate fiscal year. This amendment also update the NAICS code to 336414.
Attachments/Links
Contact Information
Contracting Office Address
- WARFARE CENTER 300 HIGHWAY 361
- CRANE , IN 47522-5001
- USA
Primary Point of Contact
- Brad McLaughlin
- bradly.mclaughlin@navy.mil
Secondary Point of Contact
History
- Jul 03, 2023 11:56 pm EDTPresolicitation (Updated)
- Mar 31, 2023 12:41 pm EDTSolicitation (Original)
- Mar 31, 2023 12:19 pm EDTPresolicitation (Updated)
- Jun 16, 2022 11:55 pm EDTPresolicitation (Original)