Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 23, 2008 FBO #2280
SOLICITATION NOTICE

A -- ADVANCED LASER COMBAT ID CAPABILITY

Notice Date
2/21/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
11 Barksdale Street, Bldg 1614 Hanscom AFB, MA
 
ZIP Code
00000
 
Solicitation Number
R1775
 
Point of Contact
Anne Geser anne.geser@hanscom.af.mil
 
E-Mail Address
Email your questions to E-mail the POC
(anne.geser@hanscom.af.mil)
 
Description
This announcement constitutes a Notification of Contract Action (NOCA) for a proposed contract modification to contract FA8707-05-C-0002. The Air Force intends to award a contract modification to Northrop Grumman Corporation, Defensive Systems Division to perform advanced development services and demonstrate these capabilities on the Litening AT Targeting Pod in an operationally relevant environment. Advanced Laser Combat ID Capability work will begin in FY 08 with Laser Target Imaging Program (LTIP ) Combat Mode design, integration, and flight demonstration in FY-09. LTIP pod Polarimetry and Low Light CCD combat ID sensors design and integration will begin in FY-08; Polarimetric and Low Light CCD capabilities will be flight demonstrated on an Air Force platform in FY-09. Laser Vibration and 3 Dimensional (3D) Laser Imaging will begin in FY-08 with studies, design, and integration through FY-09 and FY-10. Flight demonstrations will occur in FY-11. Radio Based Comba t Identification (RBCI)/Battlefield Target Identification Device (BTID) and other Litening AT targeting pod mounted cooperative identification systems design and integration in FY-08. Flight demonstrations of the RBCI/BTID in FY-09. Additional related laser CID projects such as Radar Tags, Laser Frequency Responsive Reflective Tape, and Laser Beacon Systems will be studied, integrated, and tested in FY-10. These projects will be flight demonstrated in FY-10 through FY-11. Northrop Grumman Corporation is the sole proprietor of the license to develop, market, and produce the Litening AT Targeting Pod. The proposed contract action is for services for which the Government intends to solicit and negotiate with one source under authority of FAR 6.302-1. The Contract Award Dollar Amount for the projects covered in this NOCA is estimated to be $29 Million. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notic e of intent is not a request for competitive proposals. Interested firms should include in their response: the company name; address; CAGE code; a point of contact; size of business (i.e., large business, small business, very small business, small disadvantaged business, 8(a) concern, women-owned small business, HUBZone small business, veteran-owned small business or service-disabled veteran-owned small business); and indicate if U.S. or foreign owned entity. Note that due to security access requirements, foreign participation is not permitted at the prime contractor level. In addition, any responses shall address the firm's capabilities to perform all tasks outlined above. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director, program manager, or contracting officer but to communicate the offeror's concerns, issues, disagreements, and recommendations to the appro priate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concerns. The Ombudsman does not participate in the evaluation of proposals or in the selection process. The Ombudsman is the Director, Commander's Staff, ESC/DS (781) 377-5106. The Ombudsman should only be contacted with issues or problems that have previously been brought to the attention of the program manager and/or contracting officer and could not be satisfactorily resolved at that level. Furthermore, offerors are reminded and cautioned that only Contracting Officers are legally authorized to commit the Government. Submit statement of qualifications, along with supporting documentation to: ESC/950 ELSG/PK, Bldg 1614, 11 Barksdale Street, Hanscom AFB, MA 01731-1700, Attn: Ms. Patricia Forest, Contracting Officer, or via electronic transmission to pat.forest@hanscom.af.mil or Ms. Anne Geser, Contract Specialist, anne.geser@hanscom.af.mil. Contractors desiring to do business with the Air Force must be registered in the DoD Central Contracting Reporting System. In addition, contractors will indicate whether or not their equipments and services are offered through GSA schedule or any other Government-wide agency contract. Responses must be received no later than 15 calendar days after the date of this publication and should not exceed six (6) pages on 8 X 11 inch paper with type no smaller than 10 pitch. The Government anticipates award of the contract modification on or about 15 April 2008. The NOCA does not constitute a Request for Proposal; neither restricts the Government as to the ultimate acquisition approach, nor should be construed as a commitment by the Government. The Government will consider all responses to this notice received within 15 days after release of this notice. Request you direct any questions to either Ms. Patricia Forest at 781-266-1048 or Ms. Anne Geser 781-377-2382. Notes 22 and 26 apply.
 
Web Link
ADVANCED LASER COMBAT ID CAPABILITY on HERBB
(http://www.herbb.hanscom.af.mil/esc_opps.asp?rfp=R1775)
 
Record
SN01513759-W 20080223/080221224119 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.