Agency: | |
---|---|
State: | Rhode Island |
Type of Government: | Federal |
FSC Category: |
|
NAICS Category: |
|
Posted Date: | Mar 15, 2024 |
Due Date: | Mar 29, 2024 |
Bid Source: | Please Login to View Page |
Contact information: | Please Login to View Page |
Bid Documents: | Please Login to View Page |
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).
The following notice serves as a Request for Information (RFI) prepared in accordance with DFARS PGI 206.302-1, and a proposed contract action synopsis was prepared in accordance with FAR 5.2 as supplemented with additional information included in this notice.
This proposed contract action is being processed on a sole source basis. The North American Industrial Classification System (NAICS) Code is 334511. The Small Business Size Standard is 1,350 employees.
The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a Firm Fixed Price (FFP), Indefinite Delivery, Indefinite Quantity (IDIQ) contract to Raytheon Company (CAGE: 94404), 1847 W Main Road, Portsmouth, Rhode Island, 02871, on a sole source basis for the Evaluation and Repair of Digital Discrete Card (DDC) Modules, Advanced Capability (ADCAP) Assemblies, AC and DC Relay Assemblies, Wire Guide Assemblies, and NOVA Weapon Power Converters (WPCS) (hereafter referred to as "covered hardware") provided as Government Furnished Property (GFP).
The proposed contract action is for commercial services for which the Government intends to negotiate with only one source in accordance with 10 U.S.C. 3204(a)(1) and 41 U.S.C. 1901, as implemented in Federal Acquisition Regulation (FAR) 13.501(a)(1)(ii).
NUWCDIVNPT has a requirement to procure the Evaluation and Repair of the covered hardware, provided as GFP. The DDC and ADCAP cards are launcher cards used in the Universal Weapon Launcher (UWL) and are essential circuit card components to the UWL on Seawolf-Class Submarines. These cards will be needed for the next 30 years for the launchers to effectively operate. The AC Relays, DC Relays, Wire Guide Assemblies, and NOVA WPCs are also critical components of the UWL. Because these components are critical to the functionality of the UWL, repair of these components is required in order to have a sufficient quantity for the Seawolf-Class submarines to remain operable.
The Government anticipates ordering up to (1) one-hundred and thirty (130) units of covered hardware for evaluation and first round of repair via CLIN 0001; and (2) one-hundred and ninety-five (195) units for additional rounds of repair via CLIN 0002, all of which would be ordered within the five-year ordering period.
Raytheon is the Original Equipment Manufacturer (OEM) for all of the aforementioned covered hardware. Attempting to validate another vendor to perform the required tasking would result in millions of dollars in additional costs to cover system downtime, configuration, training, shock testing, and Form-Fit-Function testing. Consequently, no other vendor can repair these products, and no authorized resellers of Raytheon products or services exist that can complete this requirement.
The draft Statement of Work for this requirement is provided as Attachment 1 to this notice.
The anticipated place of performance is at the contractor's site in Portsmouth, RI.
The anticipated award date of this requirement is expected to be on or about 1 May 2024.
The synopsis is NOT a request for competitive proposals. All responsible sources may submit a capability statement, which will be considered by the Government. A determination by the Government not to compete this proposed contract action based on responses to this notice is solely within the discretion of the Government.
information shall be submitted prior to 29 March 2024 at 04:00 PM via E-Mail to the following Government Point of Contact (GPOC): Garrett Parks - garrett.b.parks2.civ@us.navy.mil.
With Free Trial, you can:
You will have a full access to bids, website, and receive daily bid report via email and web.
RFQ24004053 | RIDOT Backhoes for Maintenance Division The Rhode Island Department of Transportation
Rhode Island Department of Transportation
Bid Due: 5/06/2024
Follow Installation and Connection of Rental Steam Power Boiler Building 7 CC -
DEPT OF DEFENSE
Bid Due: 5/24/2024
Info Opening Time Solicitation Number Solicitation Status Bid Title Posting Group Posting Entity
State Government of Rhode Island
Bid Due: 5/07/2024
Citywide Vehicle Branding and Labeling Blanket Contract FY25-Three Year Contract with Two-One Year
City of Providence
Bid Due: 5/06/2024