Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2010 FBO #3058
SOLICITATION NOTICE

66 -- Avionics Integration, Systems/Software Testing and Training Products

Notice Date
4/7/2010
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N0042110R1048
 
Archive Date
5/6/2010
 
Point of Contact
Vikki S Thompson, Phone: (301) 757-9766
 
E-Mail Address
victoria.thompson@navy.mil
(victoria.thompson@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Systems Command (NAVAIRSYSCOM) intends to award a Firm-Fixed Price/Cost-type, sole-source Indefinite Delivery/Indefinite Quantity (IDIQ) contract to deliver Aircraft Capability Integration, Systems/Software Testing, and Training Systems products in support of PMA209, Air Combat Electronics Program Office. The effort includes requirement specification, engineering design and development of software and hardware integration solutions, implementation/fabrication and maintenance of avionics laboratory test benches, Independent Validation and Verification (IV&V) testing of project/program-related hardware/software, and development of training systems for PMA209's Core Capabilities. The Contractor shall incorporate platform-specific capability requirements, develop and maintain all required documentation, provide technical oversight, modify/correct test software/hardware, and maintain Quality Assurance and Configuration Management. Aircraft Capability Integration, Systems/Software Testing, and Training Systems will include, but not be limited to: engineering investigations, integration, and maintenance of test equipment and software. NAVAIR intends to award this effort on a sole source basis to DCS Corporation, 46641 Corporate Drive, Lexington Park, MD 20653. This acquisition is being pursued on a sole source basis under the authority found in 10 U.S.C. 2304(c)(1), as implemented by Federal Acquisition Regulation (FAR) Part 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. Companies may contact Nancy Hayden (240-237-4905) at DCS for possible subcontracting opportunites. DCS Corporation has been providing uninterrupted support to PMA209 programs since 1984 and has assembled a cadre of Subject Matter Experts in a variety of PMA209 Communication, Navigation and Surveillance Capabilities. DCS has continued to provide quality support while continuously improving the breadth of products and services offered to the program office based upon leveraging from expertise developed from each preceding Task Order. DCS Corporation has provided product related service in past years that includes design, development, test, system level test and evaluation and trainers/training for PMA209 product lines. This includes MIL-STD-1553B CDNU-800 Control Software for a variety of systems including ARC-210, Embedded Global Positioning System / Inertial Navigation System (EGI), Ground Proximity Warning System (GPWS), Carrier Aircraft Inertial Navigation System (CAINS) II, and applicable Computer Based Trainers for similar systems. Applicable Hardware/Software development benches were designed and implemented to accommodate the developmental activities. The Common Systems Integration Lab (CSIL) was designed and assembled by DCS Corporation on behalf of the PMA209 Communication Navigation Surveillance / Air Traffic Management (CNS/ATM) IPT. Currently, there are four benches that were built by DCS Corporation for four platforms - E-2C, C-2A, CH-53E and P-3C. Level III engineering drawings were not procured and, as such, no other source can modify the benches effectively without incurring unacceptable schedule impacts, increased resources, and substanial risk. Third party equipment and solutions that could be introduced as substitutes would promote risk and impact the behavior and validity of the systems level testing that is currently being accomplished. The configuration management for functionality resident within each platform's systems test bench within the CSIL must be maintained to permit proper Independent Validation & Verification. The benches were designed to accommodate many common parts and the interchangeability is part of what makes the approach to this functionality affordable from the Navy's perspective. In addition to the hardware, there are considerable software test scripts and interface programs that DCS Corporation has developed and implemented in support of the CSIL's progress and philosophy. In accordance with schedule and funding constraints, this software has not been documented nor placed in configuration management (CM) to permit other contractors with source documentation to perpetuate the design, assembly and staffing of current upgrades and new platforms. It is anticipated that the FSC code will be 6605 (Navigational Instruments). The estimated period of performance is five years. The estimated award date for this contract is 22 September 2010. This notice of intent is not a request for competitive proposals. This synopsis is for informational purposes only. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. Interested parties may contact Vikki Thompson by e-mail at victoria.thompson@navy.mil or may fax information to (301) 995-0357, Attn: Vikki Thompson, Code AIR-2.5.1.8.16. Please respond via email or fax; no phone calls will be accepted. Note: Contractors must be registered in the Central Contractor Registration (CCR) database to be eligible for contract award or payment from any DoD activity. A determination not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. The Government is not committed nor obligated to pay for the information provided and no basis for claims against the Government shall arise as a result of this synopsis. Note 22 applies.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N0042110R1048/listing.html)
 
Place of Performance
Address: Patuxent River Naval Base, Patuxent River, Maryland, 20636, United States
Zip Code: 20636
 
Record
SN02115173-W 20100409/100407235135-5868deb950dbf4bcde3d04db2d760b91 (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.