Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2004 FBO #0893
SOLICITATION NOTICE

K -- Weapons and Systems Integration Support Services (WSISS)

Notice Date
4/29/2004
 
Notice Type
Solicitation Notice
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division Dept.1, Commander, NAWCWD, Code 210000D, 429 E. Bowen Rd - Stop 4015, China Lake, CA, 93555-6108
 
ZIP Code
93555-6108
 
Solicitation Number
N68936-03-R-0014
 
Response Due
7/6/2000
 
Point of Contact
Liz Aldridge, Contracting Officer, Phone (760) 939-2799, Fax (760) 939-3095, - Shaleen Lambert, Contract Specialist, Phone (760) 939-7652, Fax (760) 939-9651,
 
E-Mail Address
martha.aldridge@navy.mil, shaleen.lambert@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The Naval Air Warfare Center Weapons Division (NAWCWD), China Lake, CA intends to award cost-plus-award-fee, (CPAF) Indefinite Delivery, Indefinite Quantity (IDIQ), level-of-effort contract on a competitive basis for Weapons and Systems Integration Support Services to a single awardee. LOE under this contract will consist of a basic LOE of 1,705,500 hours and an option for an additional 341,100 hours, for a total LOE of 2,046,600 hours. Proposal evaluation will include evaluation of proposed option. This acquisition is a 100% Small Business set-aside under North American Industry Classification System (NAICS) code 336411, size of 1,500 employees. This acquisition is a follow-on effort to the current contract, N68936-00-D-0022. The current contract expires on March 31, 2005. The period of performance for this acquisition will be April 1, 2005 through 31 March 2010. NAWCWD is the weapons and systems integration and software support activity for all assigned aircraft Integrated Product Teams (IPTs). IPTs and Program Support Offices currently operating at the NAWCWD include the F/A 18, AV 8, AH 1, F 14, JSF, UAV, and Special Missions (EP-3, ES 3, and VPU) aircraft. In addition to the aircraft named above, the contract may support the AV 22 and the Maritime Patrol aircraft, and any other aircraft that may be assigned to the NAWCWD in the future. The mission of each IPT and Program Support Office is to provide research, development, test, evaluation, systems integration, and programmatic support for weapons systems and associated tactical computer systems embedded within or carried on their aircraft, including related systems and support equipment. The term "aircraft weapon system,” in the context of this Statement Of Work (SOW), is defined as weapons/trainers/sensors and targeting/mission computer/avionics systems and software, including electronic warfare (EW) systems, integrated into NAWCWD IPT supported aircraft, as well as associated pre and post flight support systems, and/or support equipment hardware and software for any of the above. The contractor shall provide the following support services: research, development, test, and evaluation (RDT&E) technical support services (including full systems integration) to all present and future NAWCWD aircraft IPTs and Weapons Systems Software Facilities (WSSFs and their associated aircraft weapons systems, including, foreign military sales (FMS) versions of each aircraft, and other related systems. As directed by written, performance based Task Orders issued by the Government, the contractor shall provide RDT&E and other technical support services to NAWCWD aircraft IPTs in the following general areas: (1) Integration of weapons, avionics, sensors and targeting systems, and system hardware and software (including system analysis, research, development, engineering, and testing); (2) Software engineering/development for aircraft computers, avionics, sensors and targeting systems, weapons systems, and mission and system support equipment (including Software Quality Assurance (SQA), Software Configuration Management (SCM), and Verification and Validation (V&V)); (3) IPT program level support (including special technical research, studies, Quality Assurance (QA), Configuration Management (CM), data and communications management, and maintenance of support systems); (4) Design, Construction, Integration, and Operation of Test and Simulation Laboratories (also known as WSSFs, Weapons Systems Support Facilities) and Flight Trainers/Simulators; and (5) Aircraft modifications, and aircraft test instrumentation and telemetry systems design, development, installation, maintenance, service, setup, and operation (including ground based telemetry systems). It is projected that that 90% of the work performed will be conducted in an integrated Government-Contractor Team environment, within Government work spaces, and work in accordance with Government processes (80% at China Lake and 10% at Pt Mugu). The remaining 10% of the contractor personnel shall utilize contractor facilities. The contractor shall establish a facility within 15 minutes of the main gate of NAWCWD, China Lake. These facilities shall meet the security requirements as outlined in the solicitation. A solicitation will be available on or about May 18, 2004 and will be available through the 2.0 Contracts Competency home pages at https://contracts.nawcwd.navy.mil/rfp-nawc.htm. Some portions of the solicitation are not available electronically, such as the DD Form 254. It is the offeror’s responsibility to contact the Government representative cited in the Solicitation in order to obtain paper copies of those portions of the solicitation that are unavailable electronically. Please note that many changes have been made to the solicitation since the draft document was released. Please read it carefully before proposing. All responsible sources may submit a proposal, which shall be considered by the agency. See numbered notes 1, 9 and 26. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (29-APR-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 05-MAY-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVAIR/N68936D1/N68936-03-R-0014/listing.html)
 
Place of Performance
Address: NAWCWD, China Lake CA 93555 and Pt Mugu CA 93042
 
Record
SN00580980-F 20040507/040505214239 (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.