Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 10, 2004 FBO #0774
SOLICITATION NOTICE

16 -- Full Rate Production & Support of the Mission System Computer and AN/AYK-14(V) Standard Airborne Computer Family of WRAs & SRAs

Notice Date
1/8/2004
 
Notice Type
Solicitation Notice
 
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
N00019-04-R-0093
 
Response Due
2/20/2004
 
Archive Date
3/6/2004
 
Point of Contact
Dave Kelley, Contract Specialist, Phone (301) 757-5895, Fax 301-757-5955,
 
E-Mail Address
kelleydc@navair.navy.mil
 
Description
The Naval Air Systems Command, Air Combat Electronics Program Office (PMA-209), intends to award a sole-source firm-fixed price contract for a base year and four one year options to General Dynamics Advanced Information Systems, Incorporated (GDAIS), 8800 Queen Avenue South, Bloomington, MN for the full rate production and support of the Mission System Computer (MSC), the AV-8B variant of the Advanced Mission Computer (AMC), as well as the AN/AYK-14(V) Standard Airborne Computer family of Weapons Replaceable Assemblies (WRAs) and Shop Replaceable Assemblies (SRAs). The MSC will be retrofit into the AV-8B aircraft, and shall comply with the approved Advanced Mission Computer and Displays (AMC&D) Performance Specification and AMC Interface Control Document. Estimated first year procurement quantities are 16 MSCs (plus 12 spares) with an additional estimated 117 MSCs (plus 7 spares) over the next four years. The AN/AYK-14(V) quantity to be procured for this contract is estimated at 50 WRAs, upgrade kits and/or SRAs maximum per year. The AN/AYK-14(V) WRAs and associated SRAs will be procured for U.S. Navy aircraft upgrades and Naval Inventory Control Point fleet spares. All AN/AYK-14(V) hardware is designed in accordance with MIL-STD-85518 and must operate in an uninhabited fighter environment. First article, environmental and flight-testing have been performed as required. MSC and AN/AYK-14(V) deliveries will be made to various locations throughout the continental United States. For MSC, delivery will be required to begin within 15 months from the date of contract award, option exercise or delivery order issuance. For AN/AYK-14(V), delivery will be required to begin within 12 months from the date of contract award, option exercise, or delivery order issuance. The production support element of this procurement will include, but is not limited to, engineering investigations, engineering change proposals, integration and testing, spare and repair parts, hardware repairs, software maintenance, engineering technical support and integrated logistics support and obsolescence management. This acquisition is being pursued on a sole source basis under the statutory authority 10 U.S.C 2304(c)(1), as implemented by Federal Acquisition Regulation (FAR) Part 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. GDAIS is the designer, developer, and sole manufacturer of the MSC and AN/AYK-14(V) and as such is the only firm with the requisite knowledge, experience, and technical data to successfully deliver the MSC and AN/AYK-14(V) systems to meet the AV-8B retrofit delivery schedules as well as other Navy platform upgrade and fleet spare delivery requirements. While this notice of intent is not a request for competitive proposals, interested parties may identify their interest and technical capability to respond to this requirement and may submit information that shall be considered by the Naval Air Systems Command. Requests for copies of the AMC&D Performance Specification and/or Full Rate Production Statement of Work for the MSC as well as all other inquiries may be directed to Dave Kelley, Contract Specialist, phone 301-757-5895, fax 301-757-5895 or sent via email to: david.kelley@navy.mil. See Numbered Notes 22 and 26.
 
Place of Performance
Address: 8800 Queen Avenue South, Bloomington, MN
Country: United States
 
Record
SN00500788-W 20040110/040108212338 (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.