Evaluation and Repair Services for Covered Hardware

Agency: DEPT OF DEFENSE
State: Rhode Island
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159996455960615
Posted Date: Apr 2, 2024
Due Date: Apr 30, 2024
Solicitation No: N6660424QF400
Source: Members Only
Follow
Evaluation and Repair Services for Covered Hardware
Active
Contract Opportunity
Notice ID
N6660424QF400
Related Notice
N6660424QF400
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA WARFARE CENTER
Office
NUWC DIV NEWPORT
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: Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 02, 2024 04:47 pm EDT
  • Original Date Offers Due: Apr 30, 2024 02:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 15, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J059 - MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS
  • NAICS Code:
    • 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
  • Place of Performance:
    Portsmouth , RI 02871
    USA
Description

The following notice serves as a formal solicitation prepared in accordance with FAR 13.106-1(b)(2). The formal soliciation form (N6660424QF400), inclusive of the Statement of Work (SOW) in Section C, is provided as Attachment One (1) to this notice.



The proposed contract action synopsis was prepared in accordance with FAR 5.2 as supplemented with additional information. The synopsis was posted on 15 March 2024 with a closing date of 29 March 2024.



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)(l) and 41 U.S.C. 1901, as implemented in Federal Acquisition Regulation (FAR) 13.50l(a)(l)(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 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 24 May 2024.



This solicitation notice is NOT a request for competitive quotes. 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.



Quotes shall be submitted prior to 30 April 2024 at 02:00 PM via E-Mail to the following Government Point of Contact (GPOC): Garrett Parks - garrett.b.parks2.civ@us.navy.mil.


Attachments/Links
Contact Information
Contracting Office Address
  • 1176 HOWELL ST
  • NEWPORT , RI 02841-1703
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >