May 8, 2024

Contracts Galore

v-22 on ground

Contracts Solicited:

E Enclosures & Fiber Optic Cable – Solicitation N00421-12-T-0110 is issued as a synopsis/solicitation. The Government intends to purchase on a firm fixed-price basis and to solicit and negotiate the proposed purchase request on a full and open competitive basis, under the authority of FAR Part 12 and FAR Part 13. Request is set-aside for Total Small Business under the authority of FAR Part 52.219-6.

Infrared and Raman Equipment Maintenance – The Naval Air Warfare Center, Weapons Division, China Lake, CA intends to procure on an other than full and open competition basis the following: 1) Maintenance on Nicolet Nexus 870 Spectrometer for 1 year, Qty 1 ea; 2) Maintenance on Nicolet X700/380 in-sample compartment T for 1 year, Qty 1 ea; 3) Maintenance on Continuum IR Microscope Mainframe for 1 year, Qty 1 ea; 4) Maintenance on Almega XR Raman Spectrometer for 1 year, Qty 1 ea; 5) Maintenance on Almega XR HighPower mW 785nm NIR L300 for 1 year, Qty 1 ea; 6) Maintenance on High Precision Motorized Microscope Stag for 1 year, Qty 1 ea; 7) Maintenance Option OMNIC Software upgrades for 1 year, Qty 1 ea; 8 ) Maintenance on Nicolet 380 KBR Spectrometer for 1 year, Qty 1 ea.

Flight Control Services – Solicitation N00421-12-T-0119 is issued as a synopsis/solicitation. The Government intends to purchase on a firm fixed-price basis and to solicit and negotiate the proposed purchase request on a full and open competitive basis, under the authority of FAR Part 12 and FAR Part 13. Request is set-aside for Total Small Business under the authority of FAR Part 52.219-6. Offerors must be registered in the Central Contractor Registration (CCR) database prior to submission of an offer to be considered for award of any DoD contract. This may be accomplished electronically at http://www.ccr.gov/vendor.cfm.

Open Standards-based Vehicle Integration Solution – The Naval Air Warfare Center Aircraft Division (NAWCAD), Special Communications Requirements (SCR) Division, in support of the United States Special Operations Command (USSOCOM), Science & Technology (S&T) is surveying the commercial vendor community for vendors who are capable of open standards-based vehicle integration solutions.

Master Parts List – THIS IS A COMBINED SYNOPSIS/SOLICITATION for Master Parts List / Supplies. This announcement constitutes the only solicitation announcement that will be published. Proposals are being requested. The Navy intends to issue multiple Blanket Purchase Agreements (BPA) for the acquisition of Master Parts List / Supplies in support of the vehicle integrations shop a t Webster Field, St. Inigoes, MD. The BPAs will be issued IAW the terms and conditions contain in the RFP with an attachment and exhibit. The BPAs will be valid for 5 years IAW all terms and conditions contained in the RFP.

Jeppesen/Boeing Software – Solicitation N00421-12-T-0118 issued as a synopsis/solicitation. The Government intends to purchase on a firm fixed-price basis and to solicit and negotiate the proposed purchase order on a brand name basis under the authority of FAR 52.211-6 Manufacturer must be Jeppesen, under the authority of FAR Part 12, FAR Part 13, and Total Small Business Set-Aside authority of FAR Part 52.219-6.

Tactical Fiber Optic Cable Assemblies and E-Enclosures – Solicitation N00421-12-T-0120 is issued as a synopsis/solicitation. The Government intends to purchase on a firm fixed-price basis and to solicit and negotiate the proposed purchase request on a full and open competitive basis, under the authority of FAR Part 12 and FAR Part 13. Request is set-aside for Total Small Business under the authority of FAR Part 52.219-6.

FY12 Tomahawk Depot – NAVAIR intends to negotiate and award a contract for the FY12 Tomahawk Depot Requirements. The requirement is for Depot Maintenance and Repairs of Tomahawk Block II and III All-Up-Round (AUR) missiles and non-warranty repairs for Block IV AURs.

 

Contracts Awarded:

Laboratory Equipment – Thermo Electron North America LLC, (Thermo N.A), was awarded a Firm Fixed Price Purchase Order in the amount of $58,200.18 for laboratory equipment and supplies.

Optical instruments – California Analytical Instruments Inc. was awarded a Firm Fixed Price Purchase Order in the amount of $40,000 for optical instruments and test equipment.

Option to Extend Services for AIR-6.6.3 – The Naval Air Warfare Center Aircraft Division (NAWC-AD), Patuxent River, MD, intends to award a modification under task order N00178-04-D-4130-M801 with Synectic Solutions, Inc. of Oxnard, CA. This modification will be for Logistics Management Support services for the NAVAIR 6.6.3Air-to-Air Missiles/Strike Defense System (SDS) Weapons program. A sole source modification is consistent with the terms identified within this announcement upon the basis of the authority provided in 10 U.S.C. 2304(c)(1) and implemented by FAR 6.302-1

Obsolescence Procurement of the Control Display Unit – The Naval Air Systems Command (NAVAIR) intends to issue an order under Basic Ordering Agreement Contract N00019-12-G-0006 with the Bell Boeing Joint Program Office on an ‘other than full and open’ competitive basis to address obsolescence driven issues. This effort will address electronic component obsolescence in the Control Display Unit (CDU). This effort includes the Non-Recurring Engineering of a component located within the CDU system utilized in the MV-22 and CV-22 Osprey and V-22 Computerized Flight Training Devices (CFTD). The part impacted is Multiport Video Random Access Memory (VRAM) (PN 8521888-65). Bell-Boeing is the only known source that possesses the requisite knowledge and expertise required to perform this effort.

H-1 Upgrades, Fuel Cell Qualification – Naval Air Systems Command (NAVAIR) intends to issue an order under Basic Ordering Agreement (BOA) N00019-11-G-0003 to Bell Helicopter Textron, Inc. (BHTI) to conduct vendor Fuel Cell Qualifications in an effort to qualify a second source to support the United States Marine Corps UH-1Y and AH-1Z aircraft. The qualification of a second source is necessary due to an increase in the production of these two aircraft. This procurement will result in: (1) The qualification of a second source vendor for the H-1 Upgrades Fuel Cells to the current Bell Specification or (2) The qualification of two vendors to a new Bell Specification. The new Bell Specification will be developed under this effort and include all the Government requirements for quality and survivability. This effort will be procured in accordance with the statutory authority permitting other than full and open competition under 10 U.S.C. 2304(c)(1), as implemented by the Federal Acquisition Regulation (FAR) 6.302-1(a)(2), in that Bell Helicopter Textron is the only known company with the knowledge, data, and capability to meet the Government’s needs.

Ice Detector EMV Upgrade – This is a notice of intent from the Naval Air Systems Command to issue a firm fixed price delivery order on an other than full and open competition basis under an existing Basic Ordering Agreement N00019-10-G-0003 with Northrop Grumman Corporation, San Diego, CA to provide five (5) Ice Detector EMV Upgrade kits. Northrop Grumman is the sole designer, developer and manufacturer of the Vertical Take-off and Landing Tactical manned Aerial Vehicle (VTUAV) and the Ground Control Systems (GCS). Accordingly, Northrop Grumman is the only firm with the unique knowledge, experience, technical expertise and understanding of the Fire Scout design and architecture to provide the migration.

Aircraft Storage and Extended Warranty – The Naval Air Warfare Center Aircraft Division Lakehurst, NJ intends to negotiate on a non-competitive basis with EADS North America, Inc., 2550 Wasser Ter Suite 9000, Herndon, VA 20171-6177 for the procurement of services to preserve, store, de-preserve, and perform periodic maintenance for a period of up to one (1) year and provide an extended warranty of all aircraft parts for one (1) Construcciones Aeronauticas, S.A. (CASA) CN-235-300 variant fixed-wing tactical heavy-lift aircraft in support of NAVAIR’s Counter Networks and Illicit Trafficking (CNIT) program office. It is the contractor’s responsibility to provide parking and storage for the CASA CN-235-300 aircraft. The award may include contract options.

 

Leave A Comment