Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2008 FBO #2582
SOLICITATION NOTICE

A -- Missile and Airborne System Technology Enhancements (MASTE)

Notice Date
12/19/2008
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, U.S. Army Aviation and Missile Life Cycle Management Command (Missiles), US Army Aviation and Missile Command (Missile), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W31P4Q-09-R-0208
 
Response Due
1/15/2009
 
Archive Date
3/16/2009
 
Point of Contact
Constance R. Reedus, 256-955-7995<br />
 
Small Business Set-Aside
N/A
 
Description
The Aviation and Missile Research, Development, and Engineering Center (AMRDEC) intends to negotiate on a sole source basis with Raytheon Company of Huntsville, Alabama to develop technology enhancement for improved, affordable systems, subsystems, and components for the Missile and Airborne System Technology Enhancements (MASTE) program. The proposed acquisition is direct to Raytheon Co., pursuant to 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1 Only one responsible source and no other supplies or services will satisfy agency requirements. Any source other than Raytheon would require substantial duplication of time and cost to the Government, neither of which would be recovered through the additional competition, and unacceptable delay would also be incurred in fulfilling the Governments requirement. A Indefinite-Delivery/Indefinite-Quantity (IDIQ) with Firm Fixed Priced (FFP) Completion and Level of Effort tasks as well as Cost Plus Fixed Fee (CPFF) Completion and Level of Effort tasks. The period of performance will consist of five-years from date of award. The purpose of this effort is to provide solutions for enhancement of current missile and airborne system technologies, and fully develop and mature the newest technologies for production of improved components which best promote affordability, reliability, availability, survivability, safety, and environmental characteristics. This effort will enable development of needed technology enhancements including, but not limited to, increased processing power, improved communication and data link devices, multi-mode seekers, automatic target recognition capabilities, nanotechnology for batteries and other components, affordable missile domes, insensitive munitions, affordable manufacturing processes of exotic materials such as elemental zinc sulfide and others, component size reduction, enhanced simulations, improved propulsion systems, and launcher/ground support equipment improvements. Appropriate tests will be conducted to validate key characteristics of the improved technologies. This contract will also develop technology transition strategies for transition of improved technologies to current Army missile and airborne systems. The MASTE program will enable development of needed technology enhancements including, but not limited to, increased processing power, improved communication and data link devices, multi-mode seekers, automatic target recognition capabilities, nanotechnology for batteries and other components, affordable missile domes, insensitive munitions, affordable manufacturing processed of exotic materials such as elemental zinc sulfide and others, component side reduction, enhanced simulations, improved propulsion systems, and launcher/ground support equipment improvements. Based upon market research, the Government is using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Governments requirement with a commercial item within 15 days of this notice. The proposed contract action is for engineering services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. This notice of intent to award a sole source contract is not a request for competitive proposals. Interested parties who believe they can perform this requirement without substantial duplication of cost to the Government are invited to submit a written narrative statement of capability, including detailed technical information sufficient to permit agency analysis in order to determine bona fide capability to meet the Governments requirements. In order to be considered responsive, the statement must demonstrate (1) a history of proven experience in developing, operating, maintaining, and modifying a government acquisition command and control system; (2) the ability to immediately assume the on-going project without disruption to current operations, and (3) have a high probability of meeting the Government's schedule. Submittals (responses) to this notice that do not include the required documentation will be considered non-responsive. The above stated information must be received no later than 15 days after publication of this synopsis, should cite number W31P4Q-09-R-0208, and should be emailed to Pam Parker at pamela.parker5@us.army.mil. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. All responsible sources may submit an offer which will be considered. This is NOT a formal notice of solicitation. Telephone or facsimile inquires and/or responses will not be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=57a151243f5fd6bb30589e2d2fbcb360&tab=core&_cview=1)
 
Place of Performance
Address: US Army Aviation and Missile Command (Missile) ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL<br />
Zip Code: 35898-5280<br />
 
Record
SN01721960-W 20081221/081219215107-57a151243f5fd6bb30589e2d2fbcb360 (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.