AMNS BOA FY 24-29

Agency: DEPT OF DEFENSE
State: Rhode Island
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159693412634617
Posted Date: Mar 25, 2024
Due Date: Apr 8, 2024
Solicitation No: N0002424R6405
Source: Members Only
Follow
AMNS BOA FY 24-29
Active
Contract Opportunity
Notice ID
N0002424R6405
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA HQ
Office
NAVSEA HQ
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)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 25, 2024 03:17 pm EDT
  • Original Response Date: Apr 08, 2024 03:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 23, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J010 - MAINT/REPAIR/REBUILD OF EQUIPMENT- WEAPONS
  • NAICS Code:
    • 334 - Computer and Electronic Product Manufacturing
  • Place of Performance:
    Portsmouth , RI 02871
    USA
Description

The Naval Sea Systems Command (NAVSEA) intends to issue a sole source Basic Ordering Agreement for the services and supplies of materials, services and documentation necessary to receive, evaluate, inspect, maintain, disassemble, repair, overhaul, refurbish, assemble and test the Airborne Mine Neutralization System – Archerfish (AMNS – AF). NAVSEA intends to issue the BOA to Raytheon Integrated Defense Systems (IDS) in Portsmouth, RI. Orders will be issued using other than full and open competition pursuant to 10 U.S.C. 2304(c)(1), “The property or services needed by the agency are available from only one responsible source or only from a limited number of responsible sources and no other type of property or services will satisfy the needs of the agency,” as implemented by FAR 6.302-1(a)(2)(ii), “Only one responsible source and no other supplies or services will satisfy agency requirements.”



The AMNS – AF system deploys expendable destructors to neutralize proud bottom and moored sea mines and can be launched and operated from surface ships, helicopters, and unmanned underwater vehicles. The AMNS – AF system supports the global superiority of the U.S. Navy by countering enemy-laid mines to permit friendly maneuver or use of selected land or sea areas. Full and open competition is not applicable for this BOA, as the BOA continues support to systems in the fleet, which were procured without Government Purpose Data Rights and supported with Raytheon’s full IRAD assertions and Applied Physical Sciences Corp (APS) subcontractor data rights assertions; these restrictive data rights preclude competition



The Government intends to award a BOA for this effort. The estimated ceiling for cumulative orders to be issued under the BOA is $56M. The ordering period under the BOA is estimated to begin in September of Calendar Year 2024 and end in September of Calendar Year 2029 requirements. Orders will be issued be issued using other than full and open competition pursuant to 10 U.S.C. 2304(c)(1), “The property or services needed by the agency are available from only one responsible source or only from a limited number of responsible sources and no other type of property or services will satisfy the needs of the agency,” as implemented by FAR 6.302-1(a)(2)(ii), “Only one responsible source and no other supplies or services will satisfy agency requirements.”



The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested parties may identify their interest and capability to respond to the requirement in response to this notice through a capability statement. This notice of intent is not a request for competitive proposals. However, all information received shall be considered by the Government as subcontracting opportunities may exist. This notice is not a request for competitive proposals. Responses to this notice must be received by 15:00 on 08 April 2024. Responses shall be submitted via email to christopher.t.venturino.civ@us.navy.mil and reference solicitation number N00024-24-R-6405. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests.


Attachments/Links
Contact Information
Contracting Office Address
  • 1333 ISAAC HULL AVE SE
  • WASHINGTON NAVY YARD , DC 20376-5000
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 25, 2024 03:17 pm EDTPresolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >