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

A -- Aegis Sites Technical Engineering, Operation and Maintenance

Notice Date
5/16/2008
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAVAL SEA SYSTEMS COMMAND, DC 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC
 
ZIP Code
00000
 
Solicitation Number
N0002408R5124
 
Response Due
6/2/2008
 
Point of Contact
Steven O. Santos 202 781 3928 Please review the above description and provide all comments and questions in writing electronically to Mr. Steven Santos, Contracting Officer, via email at steven.o.santos@navy.mil in lieu of telephone calls. Do not phone in any questions or comments, they will not be considered
 
Small Business Set-Aside
N/A
 
Description
This synopsis informs interested parties that the NAVSEA will utilize other than full and open competition to award a base year contract (FY 2009) with three one-year option periods (FY 2010-FY 2012), to Lockheed Martin Maritime Systems and Sensors (Lockheed Martin MS2), in Moorestown, NJ, for technical engineering support and related operation and maintenance of the Combat Systems Engineering Development Site (CSEDS) (a government-owned, contractor-operated facility), and technical engineering support for the SPY 1A Test Lab and Naval Systems Computing Center (NSCC) (a set of contractor-owned facilities that consists of: (1) the Computer Program Test Site, Program Generation Center; (2) the Combat System Engineering Test Center; (3) the Theater Network Integration Center; (4) the Back-Fit Program Test Facility; and (5) the Aegis Data Reduction Center). The contractor will provide continuing technical engineering support, configuration management, quality assurance, operation and maintenance for CSEDS, as well as continued technical engineering support for those integrated facilities owned and operated by Lockheed Martin MS2. These facilities (also referred to as the Aegis sites) incorporate highly integrated, classified, real-time networks that connect numerous contractor and U.S. Government facilities required to build, integrate, and deliver computer code. The facilities support all Aegis in-service capabilities, Aegis Modernization (AMOD), Foreign Military Sales (FMS), and Aegis Ballistic Missile Defense (BMD) efforts. The Aegis facilities are required to provide the systems engineering, logistics, quality assurance, configuration management and administrative support to assist in the development, integration and tests of the above efforts. Pursuant to 10 U.S.C. 2304(c)(1), award of the sites contract to LM MS2 without full and open competition is hereby justified, because LM MS2 is the only firm capable of meeting the Navys requirements. Competition for these efforts would result in unacceptable delays and costs to the AMOD, BMD and FMS programs, and could compromise the effectiveness and reliability of AWS and the other capabilities to be integrated under AMOD. Dual sourcing these requirements would cost the Government significant duplication of costs. LM MS2 is the only source capable of meeting these diverse requirements without introducing unacceptable delays and substantial duplication of costs. In support of the AMOD developer and PSEA, the sites contractor will have to design the facility combat information control room, computer room layout, and switching for Aegis Combat System interconnections required to support each configuration of ship platform, layout and build cabling, establish facility power requirements and cooling requirements, and ensure that Government Furnished Equipment (GFE) is received, inspected and moved to each site. The contractor must be experienced in major AWS installation to establish schedules. The schedules must meet each AMOD testing and validation requirement to integrate, test and validate BMD, MMSP, NIFC-CA, SIAP, SM-6 with initial installation in 2012, and in-service and new construction baseline capabilities as part of the Aegis Weapon System. To provide test support for AMOD, the in-service fleet, new-construction DDGs, BMD, JBMD, and FMS programs, the sites contractor must have a working knowledge of each shipboard configuration required to support the specific baseline test effort, the site switching system layout and operation, and communication systems at each facility. The contractor must schedule testing based on non-conflicting equipment configurations, computer suite requirements, and display suites required to conduct each test. The contractor must be knowledgeable of the computer programs and ship configuration necessary to support each test and be able to meet the testing requirements of each configurations within a short time frame (approximately 10-15 minutes) to minimize baseline scheduled test time. 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=6d4c6e92e67f7c9f5a41cd0065cff84b&tab=core&_cview=1)
 
Record
SN01575096-W 20080518/080516220430-6d4c6e92e67f7c9f5a41cd0065cff84b (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.