Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2008 FBO #2314
SOLICITATION NOTICE

R -- EA-6B Prowler Airborne Electronic Attack (AEA) Technical Services

Notice Date
3/26/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
N68936 NAVAL AIR WARFARE CENTER WEAPONS DIVISION DEPT.1 Naval Air Warfare Center Weapons Division Dept.1 429 E. Bowen Rd - Stop 4015 China Lake, CA
 
ZIP Code
00000
 
Solicitation Number
N6893608R0031
 
Response Due
5/14/2008
 
Archive Date
11/14/2008
 
Point of Contact
Debra Zamarron (760) 939-9658 Janice Smets, Janice Smets@navy.mil
 
E-Mail Address
Email your questions to Debra Zamarron
(debra.zamarron@navy.mil)
 
Description
The Naval Air Systems Command Naval Air Warfare Center Weapons Division (NAVAIRWARCENWPNSDIV) intends to procure From L-3 Services, Incorporated (LSI) on an other than full and open competition basis, services for engineering, technical and programmatic support for maintaining and updating simulations and intelligence data bases for the EA-6B and EA-18G, and support to transition the EA-6B's mission to the EA-18G. These requirements will be provided within the Airborne Electronic Attack (AEA)/EA-6B Prowler Integrated Product Team (IPT) located at the Naval Air Warfare Center, Weapons Division (NAWCWD) Point Mugu, California. The period of performance for the proposed acquisition will commence upon award and will continue for a period of five years. Deliveries will be free on board (FOB) destination. It is anticipated that the proposed contract type will be Cost Plus Fixed Fee, Indefinite Delivery, Indefinite Quantity Level of Effort (LOE). The total required LOE is 393,600 hours. Performance of the task orders issued under this contract will be evaluated with the basic contract Quality Assurance Surveillance Plan (QASP), that identifies performance objectives, performance standards, acceptable quality level, inspection type and frequency, and remedies related to contractor performance. In accordance with FAR clause 6.302-1(b)(1)(i), LSI possesses unique services that are not available from any other source. LSI is the only source that has the capability to provide configuration control of technical data packages (source code, build files and instructions, installation scripts and instructions, and software libraries). Tasking also includes analysis and modification of Electronic Warfare Database Support (EWDS) system parametrics to ensure conformance to particular receiver aircraft platforms and retrieval and modification of intelligence data for use by EA-6B/EA-18G/E-2C/MH-60R and F/A-18 communities to determine the Order of Battle and characteristics and performance of unidentified sources (threats). No other source has the capability to provide the sensory engineering required by the Electronic Warfare Database Support (EWDS) systems currently deployed to the EA-6B platform, without interruption to the war fighter. Electronic Attack Simulations (approximately 250K lines of code) residing at the EA-6B Weapons Software Support Laboratory (WSSL) have been designed, developed and maintained by LSI under Navy contracts as laboratory tools. LSI has maintained configuration control on the technical data package (source code, build files and instructions, installation scripts and instructions, and software libraries) and includes retrieval and modification of intelligence data for use by the EA-6B/EA-18G/E-2C/MH-60R and F/A-18 communities. Accordingly, it is in the Government's best interest to pursue an acquisition with LSI using other than full and open competition. This notice of intent is not a request for competitive proposals; however any firm believing that they can provide the required services, may submit a written response to be received at the contracting office no later than 01 May, 2008, clearly showing it's ability to perform the work without causing programmatic hardship. The written response must include all specialized training, education, and experience related to use of intelligence data to determine the Order of Battle and characteristics and performance of unidentified sources (threats). All responsible sources may submit a proposal, which shall be considered by the agency. Responses shall be submitted by e-mail to debra.zamarron@navy.mil, or to Commander, Code 210000D (D. Zamarron), NAVAIRWARCENWPNDIV, 429 E. Bowen, Mail Stop 4105, China Lake, CA 93555-6108. Award is anticipated on or about 22 July 2008. See numbered notes 22 and 26. NAICS Code = 541330 Place of Performance = Point Mugu, California Set Aside = N/A
 
Record
SN01542364-W 20080328/080326224842 (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.