Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2008 FBO #2369
SOLICITATION NOTICE

59 -- Production Requirements for Aegis Weapon System (AWS) Hardware Upgrades

Notice Date
5/20/2008
 
Notice Type
Modification/Amendment
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
N00024 NAVAL SEA SYSTEMS COMMAND, DC 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC
 
ZIP Code
00000
 
Solicitation Number
N0002408R5110
 
Response Due
6/2/2008
 
Point of Contact
Jennifer L. Thompson 202 781 4354 Please contact Ms. Thompson via email at jennifer.l.thompson1@navy.mil in lieu of telephone calls
 
Small Business Set-Aside
N/A
 
Description
The purpose of this synopsis amendment is to incorporate Note 22. The following reflects the synopsis restated for clarity: This synopsis informs interested parties that the NAVSEA will utilize other than full and open competition to procure the production of fourteen (14) Multi-Mission Signal Processor (MMSP) sets, thirteen (13) Ballistic Missile Defense (BMD) 4.0.1 sets, and multiple configurations of equipment upgraded as part of Aegis Modernization (AMOD), to address the requirements of Fiscal Years (FYs) 2009 through 2013, from Lockheed Martin Maritime Systems and Sensors (Lockheed Martin MS2) in Moorestown, New Jersey. MMSP equipment sets will be procured for three (3) sites (the Combat System Engineering Development Site (CSEDS), Aegis Training and Readiness Center (ATRC), and Surface Combat Systems Center (SCSC)), and eleven (11) ships, for a total of fourteen (14) sets. MMSP consolidates the BMD performance requirements and the SPY-1D(V) radar signal processor functionality into a single set of enclosures. The production lead time for MMSP equipment is twenty-two (22) months, requiring a production start date of February 2009 in order to ensure that deliveries to the Aegis sites occur in FY 2011, to support fleet installation beginning in FY 2012. The BMD 4.0.1 equipment sets will be procured for one (1) site (ATRC) and twelve (12) ships, for a total of thirteen (13) sets. The BMD 4.0.1 equipment set consists of the BMD 4.0.1 signal processor, the BMD computing suite, and the Kill Assessment System, and six additional technical refresh kits with spares. The BMD 4.0.1 signal processor, developed by Lockheed Martin MS2 under contract N00024-03-C-6110 as part of the BMD 4.0.1 combat system, is critical to the design configuration and production of MMSP, which is necessary to support the schedule for AMOD. The production lead time for BMD 4.0.1 equipment is twenty-four (24) months, and deliveries begin in FY 2011. AMOD upgrade equipment is required for three (3) sites (SCSC, ATRC, and the Integrated Warfare Systems Laboratory (IWSL)), and twenty-three (23) ships, for a total of twenty-six (26) equipment sets. The upgrades will ensure that the Aegis Weapon System (AWS) interfaces properly with the additional capabilities provided by MMSP and the BMD 4.0.1 combat system. The production lead time for AWS support equipment is thirteen (13) months, and deliveries begin in FY 2010. Under separate contracts, Lockheed Martin MS2 is concurrently designing the specification and configuration upgrades for MMSP, BMD 4.0.1, and AMOD equipment. Lockheed Martin MS2 is the prime contractor for both MMSP and BMD 4.0.1 development efforts under a contract with MDA (N00024-03-C-6110). Lockheed Martin MS2 also is the prime contractor for the AWS and is currently designing the modifications and configuration changes to the AMOD upgrade equipment under contract N00024-03-C-5115. Due to the complexity of the AWS, a contractor must have intimate knowledge of all system requirements, weapon specifications, equipment design, and interfaces in order to produce, field, and test production units initially, prior to validation of production designs. The government will not obtain a level III technical data package, sufficient to conduct a competitive procurement to meet the requirements of FYs 2009 through 2013, for MMSP, BMD 4.0.1, or AMOD upgrade equipment. Accordingly, NAVSEA intends to award a contract resulting from this synopsis on a sole source basis, under authority of 10 U.S.C. 2304 (c)(1), as Lockheed Martin MS2 is the only known source containing the requisite knowledge and the only firm capable of meeting the Navys technical requirements within the schedule for fielding AMOD capability. 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=fd3c144eec28729fbdc2cd75b2ed6118&tab=core&_cview=1)
 
Record
SN01577609-W 20080522/080520223156-fd3c144eec28729fbdc2cd75b2ed6118 (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.