New Jersey Bids > Bid Detail

FY24-25 and FY26-28 AEGIS Modernization (AMOD) Production Follow-On Synopsis

Agency:
Level of Government: Federal
Category:
  • 12 - Fire Control Equipment
Opps ID: NBD00159615618375152
Posted Date: Mar 4, 2024
Due Date: Mar 18, 2024
Source: https://sam.gov/opp/de918953c6...
Follow
FY24-25 and FY26-28 AEGIS Modernization (AMOD) Production Follow-On Synopsis
Active
Contract Opportunity
Notice ID
N0002424NR41281
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-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 04, 2024 09:11 am EST
  • Original Response Date: Mar 18, 2024 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 02, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1285 - FIRE CONTROL RADAR EQUIPMENT, EXCEPT AIRBORNE
  • NAICS Code:
    • 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
  • Place of Performance:
    Moorestown , NJ 08057
    USA
Description

The Naval Sea Systems Command (NAVSEA) intends to utilize other than full and open competition to award a contract to Lockheed Martin Rotary and Mission Systems (LM RMS), located in Moorestown, New Jersey for the AEGIS Weapon System (AWS) MK 8 Production in support of AWS AN/SPY Radar Systems production program for AEGIS Modernization (AMOD), Ship Construction, Navy (SCN), Foreign Military Sales (FMS), and AEGIS Land Based Test Sites (LBTS).



The Fiscal Year 2024-2025 (FY24-25) requirements include the production and testing of the AEGIS Multi-Mission Signal Processor – Capability Restoration (MMSP-CR) Equipment system, AEGIS Linear Processor System (ALPS), MK 78 Warhead Data Receiver Cabinets (WDRC) Equipment, AEGIS Combat System Support Equipment (ACSSE), AEGIS spares, engineering services, incidental materials, Other Direct Costs (ODCs), and coordinating and conducting testing at the Production Test Facility (PTF) for backfit, new construction, and FMS ships.



The FY26-28 requirements include the production and testing of the MMSP-CR, ALPS, AEGIS spares, engineering services, incidental materials, Other Direct Costs (ODCs), and coordinating and conducting testing at the Production Test Facility (PTF) for backfit, new construction, and FMS ships.



LM RMS is currently the prime contractor for MMSP, and ALPS development efforts, as well as WDRC, EEFC and ACSSE. Accordingly, the FY 24-25 and FY26-28 AEGIS Production follow-on requirements described in this notice will be procured from LM RMS on a sole source basis under the authority of 10 U.S.C. 3204(a)(1). LM RMS is the only known source possessing the requisite knowledge and ability to meet the Navy's technical requirements and challenging AMOD, SCN, and FMS shipyard schedules for implementing the FY 24-25 and FY26-28 AEGIS Production follow-on requirements.



The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of Federal Acquisition Regulation (FAR) 6.302. Interested persons may identify their interest and capability to respond to the requirement. This notice of intent is not a request for competitive proposals. However, all expressions of interest received within fifteen (15) days after date of publication of this synopsis, will be considered by the Government. Any submissions will not be reimbursed by the Government -- the entire cost of any submission will be at the sole expense of the source submitting the information. 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. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. This synopsis is for informational purposes only. Companies interested in subcontracting opportunities must contact LM RMS directly.


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 04, 2024 09:11 am ESTPresolicitation (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 >