Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2008 FBO #2365
SOLICITATION NOTICE

59 -- Ship Self Defense System (SSDS) Production Requirements for CVN, LPD, LHD, LHA, and LSD platforms.

Notice Date
5/16/2008
 
Notice Type
Presolicitation
 
Contracting Office
N00024 NAVAL SEA SYSTEMS COMMAND, DC 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC
 
ZIP Code
00000
 
Solicitation Number
N0002408R5125
 
Response Due
6/3/2008
 
Point of Contact
Peter Agyei-Sarpong 202-781-2805 Please contact Peter Agyei-Sarpong via email at peter.agyei-sarpong@navy.mil in lieu of telephone calls
 
Small Business Set-Aside
N/A
 
Description
This synopsis informs interested parties that the Naval Sea Systems Command (NAVSEA) will utilize other than full and open competition to procure the production of SSDS OACE tactical shipsets comprising eleven (11) SSDS MK 2 Pre-Planned Product Improvement (P3I) kits for LPD, CVN and LHD ships and sites, and nine (9) SSDS MK 1 P3I kits for LSD platforms in accordance with approved Configuration Item Development Specifications (CIDs) to satisfy FY 2009 through FY 2013 requirements from Raytheon Integrated Defense Systems, (IDS), San Diego, CA. The kits include: processors, converters, network devices and interface units. SSDS MK 2 kits will be procured for two (2) shore sites and nine (9) ships for a total of eleven (11) kits. SSDS MK 1 kits will be procured for two (2) shore site and seven (7) ships for a total of nine (9) sets (kits). The equipment sets consolidates the computing and interface requirements for the SSDS ship class variants. The production lead time for the SSDS equipment is twelve (12) months, requiring a production start date of January 2009 in order to meet the LPD 18 SSDS MK 2 Open Architecture (OA) upgrade deliveries commencing in January 2010. In addition, SSDS MK 1 kit deliveries must commence in January 2011 in order to meet LSD Class production schedules. Raytheon IDS is currently designing the Pre-Planned Product Improvement (P3I) kits for SSDS MK 1 under contract N00024-05-C-5110. Additionally, under the same contract, Raytheon IDS will commence engineering in FY 2009 to incorporate design changes to the P3I kits for SSDS MK 2 to incorporate the Common Display System (CDS), Common Processor System (CPS) and other Commercial Off-The-Shelf (COTS) technical insertion hardware changes to the SSDS system. Given these ongoing design changes to the SSDS system, a level III technical data package (TDP) suitable for competition for the production of SSDS MK 1 and SSDS MK 2 P3I kits will not be available to meet the requirements of FY 2009 through FY 2013. Due to the complexity of the SSDS, a contractor must have intimate knowledge of all system requirements, environmental requirements, weapon specifications, equipment design, and interfaces in order to initially produce, field, and test production units prior to validation of production designs. Pursuant to 10 U.S.C. 2304(c)(1), an award to Raytheon IDS without full and open competition is justified because Raytheon IDS is the only firm capable of meeting the Navys requirements. Notice: See Note 22. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with 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.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b6e59f0fbc2f1a00f4132dc1ece03072&tab=core&_cview=1)
 
Record
SN01574934-W 20080518/080516220050-b6e59f0fbc2f1a00f4132dc1ece03072 (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.