Description
The requirement is for the acquisition of Performance Based Logistics (PBL) support for the National Item Identification Numbers (NIINs) identified on the attachment to this notice which includes 104 Weapons Replaceable Assemblies (WRAs)/Shop Replaceable Assemblies (SRAs) supporting the F/A-18 A-F and E/A-18 G Heads Up Displays (HUD); the Tactical Air Navigation System (TACAN) common to the EA-6B, KC-130, S-3B, MH-60, SH-60, and V-22 platforms; and the Control Display Unit (CDU7000) supporting the C-2A, E-2C, TE-2C, P-3C, and EP-3E aircraft. This program covers United States Navy (USN) requirements and includes support of Navy Foreign Military Customers (FMS) for Australia, Kuwait, and Malaysia. NAVSUP Weapon Systems Support (NAVSUP WSS) Philadelphia plans to award a five-year indefinite delivery, requirements type PBL contract for this effort. This PBL contract is anticipated to be awarded to Rockwell Collins, a part of Collins Aerospace, located in Cedar Rapids, Iowa (CAGE Code: 84T51) for supply chain management for the period of 26 September 2027 through 25 September 2032. This contract will include a priced, five-year base period with no options. This requirement includes performance-based supply chain management to include depot maintenance (this includes partnerships with two government organic depots – Fleet Readiness Center Southeast (FRC-SE) in Jacksonville, Florida and Fleet Readiness Center Southwest (FRC-SW) in North Island, California - who will provide touch labor to the Contractor via Commercial Service Agreements. Also included is material management, (i.e., procurement of piece parts for repair and attrition spares for units considered beyond repair), configuration management, obsolescence management, engineering support and sustainment elements, packaging, storage, reliability improvements, and field support for the components. The applicable PSC is 5998. The applicable NAICS code is 336413. One or more of the items under this acquisition is subject to the Buy American Act (BAA), Free Trade Agreements Act and/or the World Trade Organization Government Procurement Agreement. There is no small business set aside assigned to this requirement. Absent Government approval of additional sources prior to award, the Government intends to negotiate a contract for this effort with Rockwell Collins (CAGE Code 84T51) located in Cedar Rapids, IA. The government does not possess (or cannot provide) the data necessary to perform the required repairs or manufacture of the items. All responsible sources may identify their interest and provide capability statements in response to this notice. This notice of intent is not a request for competitive proposals. However, all responses received within 15 days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Source…
Classification
Place of Performance
Contracting Office
Contacts
Attachments (1)