Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2007 FBO #1928
SOLICITATION NOTICE

A -- MARITIME DOMAIN IDENTIFICATION SYSTEM "Presolicitation Notice"

Notice Date
3/6/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
N00164 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016407R8739
 
Response Due
4/20/2007
 
Archive Date
5/20/2007
 
Description
This synopsis is being posted to both the Federal Business Opportunities (FedBizOpps) page located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FedBizOpps is the single point of entry for posting of synopsis and solicitations to the Internet, NECO is the alternative in case FedBizOpps is unavailable. Please feel free to use either site to access information posted by the NSWC Crane Division. You may also access information on the NSWC Crane Division web site at http://www.crane.navy.mil/supply/homepage.htm. The Naval Surface Warfare Center Crane has a requirement for a Research and Development (R&D) effort in a spiral development of a Maritime Domain Identification System. The MDIS shall detect radar emissions, identify the host platform, determine the level of interest based on other received intelligence, correlate the intercept with other sensor data for geo-location and tracking, and provide alerts to cue safe interdiction prior to entry. MDIS development is planned as a five year effort culminating with operational testing of full capability Engineering Development Model (EDM) and initial production units. It is anticipated that the resulting contract will procure development, proof of concept, a first article, and limited production through three phases. The Proof of Concept Phase will cover MDIS concept development, analysis of alternatives, preliminary system specifications/drawings, development of initial capabilities; sensor suite evaluation, proof of concept syst em development and sensor integration, and proof of concept demonstration. The First Article/Prototype system development will cover MDIS prototype system development, system/COTS enhancement (technology insertion), design and interface specifications, user scrutiny event, support of the development of requests for information associated with Specific Emitter Identification (SEI) capabilities, and market survey for selection of technology insertion SEI capabilities. The initial production and field plan phase will cover MDIS EDM system development, integration of selected new SEI capabilities, investigation of range extension technologies, operational testing, full product specification and documentation, and support of technology transition to selected end user for deployment. This R&D requirement is anticipated to result in a 5-year, Cost Plus Fixed Fee contract with options. Contract Data Requirements Lists will be included in the solicitation to support data deliverables. Inspection and acceptance will be at destination by NSWC Crane personnel. Other than full and open competition procedures will be utilized with Electronic Warfare Assoicates ? Government Systems Incorporated in accordance with FAR 6.302. Only one responsible source and no other supplies will satisfy agency requirements. Electronic Warfare Associated ? Government Systems Incorporated is the only known source that has technology specifically designed to support Multi-Sensor Correlation to support Multi-Sensor Data Fusion requirements and provide entire maritime domain awareness for a fully functional MDIS Multi-Sensor Data Fusion. Electronic Warfare Associates ? Government Systems Incorporated developed a Specific Emitter Identification technology breakthrough and is therefore the only source that can provide the Government with the required solution. All changes to the requirement that occur prior to the closing date, 20 April 2007, will be posted to Crane web site, FedBizOpps, and NECO. It is the responsibility of interested vendors to monitor the Crane web site, FedBizOpps and/or NECO for any additional amendments that may be issued. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award utilizing other than full and open competition procedures. No hard copies of the solicitation will be mailed. The POC is Ms. Michelle Huffmon, Code 0563WC, at telephone 812-854-3735, or email: michelle.huffmon@navy.mil (preferred method). NAICS Code 541710; FSC Class AC64. The proposed contract action is for supplies for which the Government intends to solicit and negotiate with only one source, Electronic Warfare Associates ? Government Systems Incorporated, under the authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1. Interested parties may respond to the requirement. This notice of intent is not a request for competitive proposals. A determination by the government not to compete this proposed contract 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. Numbered Note 26 is applicable.
 
Web Link
To download Presolicitation Notice
(http://www.crane.navy.mil/supply/synopcom.htm)
 
Record
SN01244922-W 20070308/070306221418 (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.