The Government is issuing this Sources Sought announcement as part of market research for the procurement and support actions in support of the MQ-4C Triton Electrical System and Flight Control System to consist of Power Discrete Controllers and Actuator Assemblies. Requirements include procurement of the Weapons Replacement Assemblies (WRAs), repair lay-in material, repairs as needed, purchase of test requirements documents, and engineering support services such as training, modification of WRAs, and obsolescence management. Naval Surface Warfare Center, Crane Division, Crane, IN intends to solicit and establish a sole-source, basic ordering agreement with Northrop Grumman Systems Corporation, 17030 Goldentop Road, San Diego, CA 92127-2412.
This effort will be conducted on a sole source basis in accordance with the statutory authority 10 U.S.C. 3204(a)(1), as implemented in FAR 6.302-1, one responsible source and no other supplies or services will satisfy agency requirements. The basis for restricting competition is that Northrop Grumman, San Diego, CA is the Original Equipment Manufacturer (OEM) for the Electrical System and Flight Control System WRAs. The Government does not own the data rights or technical data package. Therefore, the Government does not have sufficient data rights to support full and open competition of the Persistent Maritime Unmanned Aircraft Systems Electrical System and Flight Control System. Given the complexity of the Electrical System and Flight Control System, only the OEM, Northrop Grumman, possesses the required skills, experience and data necessary to perform the required support of the system. Award to any other source would result in substantial duplication of cost to the Government that is not expected to be recovered through competition, and unacceptable delays in fulfilling the agency’s requirements.
All responsible sources may submit a capability statement which shall be considered by the agency. However, a determination by the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
At the current time, NO FUNDING IS AVAILABLE for contractual efforts. This sources sought does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the government to issue a formal solicitation or ultimately award a contract. The US Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed.
All interested parties are encouraged to submit company and product literature, a white paper no longer than 5 pages, and other pertinent information, such as a description of similar support and statement of current capability for procurement and support actions. Information shall support the acquisition of Electrical System and Flight Control System WRAs, repairs of WRAs as required, and Engineering Support Services to include development of the test requirement documents in support of Organic Depot Capability. Engineering Services may also include obsolescence management, training, and modification.
Responses to the Sources Sought shall include the following:
Submitter’s Name
Street Address, City, State, Zip Code
Business Size
Point of Contact (POC)
POC Telephone Announcement Number: N0016426SNB27
Responses shall NOT include any classified information.
Contractors must be properly registered in the Government System for Award Management database (SAM). Contractors may obtain information on SAM registration and annual confirmation of requirements by calling 1-866-606-8220, or via the Internet at https://www.sam.gov.
Information may be submitted to the Point of Contact (POC) any time prior to the expiration of this announcement.
Reference: N0016426SNB27 in the subject line of emails in all correspondence and communications.