Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2006 FBO #1557
SOLICITATION NOTICE

66 -- Landing Craft Air Cushion (LCAC) C4N Reliability Improvement Program (RIP) Component Acquisition

Notice Date
2/28/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
NSWC Panama City, Code XPS2, 110 Vernon Ave., Panama City, FL
 
ZIP Code
00000
 
Solicitation Number
N6133106R0038
 
Response Due
4/17/2006
 
Archive Date
5/17/2006
 
Description
The Naval Surface Warfare Center Panama City (NSWC PC) intends to award a sole source firm fixed price contract to the L-3 Titan Group of San Diego, CA. for the production of selected components for the Landing Craft, Air Cushion (LCAC) Service Life Extension Program (SLEP) Reliability Improvement Program (RIP) C4N System. NSWC PC is the Systems Integration Agent (SIA), In-Service Engineering Agent (ISEA), Technical Support Activity (TSA) and Software Support Activity in support of the LCAC Command, Control, Communications, Computers, and Navigation (C4N) program. This requirement is for acquisition of the following components required to improve the reliability of the LCAC C4N systems. The initial acquisition will be for seven (7) sets of the components with options for an additional thirteen sets for LCACs scheduled for the Service Life Extension Program (SLEP). The components are: (1) Integrated UKB Computer systems (one per set), (2) Integrated Navigation Computer systems (one per set), (3) Integrated IP based Common Data Recorder (CDR) Computer systems (one per set), (4) Spare CDR Removable Drive with Carrying Case (one per set), (5) Ethernet Network Switch Assembly (one per set), (6) Control & Alarm Monitoring System (CAMS) Video Switch RIP unit (one per set), (7) 4x4 Keypad (two per set), (8) Operator Display Panel (ODP) (one per set), (9) Craft Control Card (two per set), and (10) Additional Spare CDR Removable Drives with Carrying Case (30 total). This acquisition is unsuitable for full and open competition for the following reasons: (1) These components were uniquely designed by L-3 Titan Group for the LCAC C4N RIP and are not commercially available. L-3 Titan Group also built the first prototypes for testing. The prototype RIP hardware has undergone environmental qualification testing (EQT) and the design was refined by L-3 Titan based on the results of these tests, (2) The LCAC Navigation (NAV) System RIP processing unit, Universal Keyboard System RIP processing unit, the Control & Alarm Monitoring System (CAMS) Video Switch RIP equipment, LCAC Common Data Recorder RIP and the LCAC Ethernet Switch Assembly being procured are required to be compatible with existing LCAC equipment. The RIP equipment specified above is 100% compatible with the existing LCAC Service Life Extension Program (SLEP) equipment with the transition from FDDI to Ethernet. Software (embedded operating systems, operational flight software and offline diagnostics) has been developed and tested with the new RIP hardware configuration. Maintenance and operator training have also been developed for the LCAC C4N RIP configuration as well. Technical manual updates are being performed to match the new RIP hardware configuration. Therefore it is in the Government?s best interest to purchase the equipment from L-3 Titan that will allow for re-use of the developed software, training and qualified hardware as well as being compatible with other existing C4N equipment, (3) While drawings were developed for the equipment they are insufficiently detailed at this point to support competitive acquisition of the components, (4) This is a direct follow-on to efforts conducted under contracts N61331-98-D-0002 and N61331-04-C-0015 for highly unique components of a complex system within the meaning of FAR 6.301(a)(ii), and (5) Given L-3 Titan Groups intimate and detailed knowledge of the design of these components it is unlikely that any other vendor could overcome the learning curve required to be cost effective. Delivery will be to the Naval Surface Warfare Center Panama City, Panama City, FL 32407-7001. NAICS Code 334511 applies. SBA Size Standard is 750 employees. FSC is 6605. A request for proposal will be utilized in awarding this action on or about 17 April 2006.
 
Web Link
NSWC Panama City Synopsis Table
(http://www.ncsc.navy.mil/Contracts/Ztables/syntable.htm)
 
Record
SN00996360-W 20060302/060228213730 (fbodaily.com)
 
Source
FedBizOpps 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.