Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 08, 2002 FBO #0157
MODIFICATION

10 -- Technical services to provide software enhancement activities for the Tactical Tomahwk Weapon Control System (TTWCS).

Notice Date
5/6/2002
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272 47123 Buse Road Unit IPT, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00019-99-R=3169
 
Response Due
6/17/2002
 
Archive Date
7/2/2002
 
Point of Contact
Nancy Keys, Contract Specialist, Phone (301) 757-5936, Fax 301-757-5946,
 
E-Mail Address
keysnc@navair.navy.mil
 
Description
The Naval Air Systems Command (NAVAIR) plans to award a sole source contract to Lockheed Martin Management and Data Systems (LMM&DS), P.O. Box 8048, Philadelphia, PA 19101 for technical services to provide software enhancement activities for the Tactical Tomahawk Weapon Control System (TTWCS). LMM&DS is the incumbent for engineering and development of the TTWCS. This contract action will require the incumbent to work in close association with Naval Surface Warfare Center, Dahlgren Division (NSWC-DD) to support adaptive enhancements related to the continued evolution of TTWCS capabilities, perfective enhancements to improve software performance, suitability, reliability and maintainability, and corrective changes to fix defects. Initial TTWCS system level requirements included compliance with the Joint Technical Architecture, hardware-software independence, and for the TTWCS, to be expandable and extensible LMM&DS has independently developed core proprietary data that is necessary and essential for the enhancement activities of the TTWCS Operating Environment (OE). The TTWCS Operating Environment supports intra software communications for Common Services and hardware diagnostics and by the use of Architecture Based Design (ABD) tools optimizes system design characteristics. Detailed knowledge of ABD artifacts and design of the Operating Environment are therefore prerequisites to enable rapid response to correct emergent problems identified by the ships' forces and to support the addition of new system level requirements consistent with the evolutionary growth of software intensive weapon systems. Additional requirements for this effort include certification within the past 24 months of a Level 3 or higher for software capability maturity using either the Software Engineering Institute Capability Maturity Model (CMM) for software development, or the CMM Integrated for Systems Engineering and Software development. Accordingly, as the designer, developer and sole manufacturer of the TTWCS, Lockheed Martin is the only firm with the unique knowledge, experience, technical expertise, and understanding of the TTWCS design and system architecture. Therefore, award to any one other than the incumbent would result in substantial duplication of cost to the Government and unacceptable delays in fulfilling the Navy's requirements. The estimated period of performance for this prospective contractual action is 1 year, with 4 one-year options. Note 22 applies. ***** The instant solicitaion number should read N00019-02-R-3169 vice N00019-99-R-3169.
 
Place of Performance
Address: 230 Mall Blvd., Bldg 100, King of Prussia, PA,
Zip Code: 19406
Country: USA
 
Record
SN00072296-W 20020508/020506213415 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.