Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 12, 2012 FBO #3701
MODIFICATION

70 -- Advanced Digital Data Set (ADDS)

Notice Date
1/10/2012
 
Notice Type
Modification/Amendment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00019-11-R-0072
 
Archive Date
2/9/2012
 
Point of Contact
John F Antol, Phone: (301) 757-5943, JB Roth, Phone: (301) 757-5919
 
E-Mail Address
john.antol@navy.mil, jan.roth@navy.mil
(john.antol@navy.mil, jan.roth@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Description: This notice is amended to notify interested parties of the requirements changes to the ADDS Presolicitation Notice N00019-11-R-0072, dated 05 May 2011 (as amended), for the Advanced Digital Data Set (ADDS). Additionally, the Naval Air Systems Command (NAVAIR) Air Combat Electronics Program Office (PMA-209) is continuing to explore the possibility of establishing this requirement as a small business set aside. NAVAIR is seeking potential interested small business sources who have the skills, experience, qualifications and knowledge required to successfully develop, manufacture and provide a common, centrally-managed Family of Systems (FoS) utilizing a Modular Open System Approach (MOSA) of a high-capacity data loader/digital recorder enabling the capabilities identified by OPNAVINST 13210.1A into a multifunctional solution. ADDS FOS capabilities will include Data Loading and Recording (DL/DR) and a Mission Processor and Memory resource. PLEASE NOTE THAT CRASH SURVIVABLE RECORDER (CSR) IS NOT INCLUDED IN THIS PROCUREMENT. ADDS will be integrated with aircraft mission systems on a wide array of DoN Type, Model, and Series (T/M/S) aircraft using data structures and interfaces that are common across all Navy T/M/S aircraft. Depending upon user aircraft defined requirements, ADDS capabilities will be combined in different configurations within the ADDS FOS. Potential offerors are advised that ADDS will require National Security Agency (NSA) certified cryptography for top secret and below. This procurement will now include development of capabilities for CH-53K, MH-60R/S, F/A-18E/F, and EA-18G. The following capability is required for the following platforms: CH-53K, F/A-18E/F, and EA-18G: Encrypted Data Loader/Recorder MH-60R/S: Encrypted Data Loader/Recorder and Processor Anticipated contract award for development of ADDS is 2nd quarter Fiscal Year 2013. This procurement also includes Low Rate Initial Production (LRIP) quantities and one lot of Full Rate Production (FRP) for CH-53K, MH-60R/S, F/A-18E/F, and EA-18G T/M/S. Engineering Manufacturing Development (EMD) quantities are estimated at seventy (70), LRIP quantities are estimated at one-hundred (100), and the first lot full rate production quantities are estimated at two-hundred (200). The anticipated delivery requirement for EMD Weapons Replaceable Assembly (WRAs) is eighteen (18) months after contract award. The anticipated LRIP and FRP quantities delivery schedule will begin twelve (12) months after exercise of LRIP option and FRP option and end twelve months after delivery of first unit. The anticipated LRIP option award will be twenty-four (24) months after EMD award. The anticipated FRP option award will be twelve (12) months after LRIP award. NAVAIR requests that interested small business concerns submit to this office a brief capabilities statement demonstrating their ability to develop, manufacture, and deliver the new Advanced Digital Data Set. This document shall address at a minimum, the following: (1) Prior/current corporate experience demonstrating an understanding, through similar experience, of Data Loaders and Recorders, Mission Processors, and Memory resources; (2) statement of prior/current experience that includes design verification, first article and qualification testing; (3) experience with systems integration, manufacturing and delivering hardware. Identify whether you are the manufacturer of the end-product or a non-manufacturer, per the definition in FAR 19.102(f), and your manufacturing capacity to meet ADDS production requirements. Companies that do not indicate that they are a manufacturer, will be assumed to be non-manufacturers and will not have their capabilities assessed; (4) company profile to include number of employees, Cage Code, DUNS number, primary NAICS Code, and a statement regarding current small business status under NAICS 334511, including any socio-economic categories (8(a), HUBZone small business, or Service-Disabled Veteran-Owned small business); (5) resources currently available or obtainable, such as corporate management, facilities and manning to be assigned to the project; (6) statement on whether your interest in this notice is to be the prime contractor or to seek subcontracting possibilities. Companies that do not indicate their intention will be assumed to be interested as a subcontractor; (7) specifically address experience with and/or plans to meet the requirements for: Earned Value Management, NSA System Certification, Anti-Tamper, Systems Engineering Technical Review process for DoD ACAT programs, NISPOM facility certification, CMMI certifications, ISO standards, TEMPEST certifications, Supply Chain Risk Management (SCRM), and Clinger Cohen Act (CCA) compliance, and identify whether that experience resides with your firm or with partners/subcontractors; (8) Provide a statement of your ability and intent to perform at least 50 percent of the cost of manufacturing the supplies or product, not including the costs of materials (See FAR 52.219-14 Limitations on Subcontracting and 13 CFR 125.6 Prime Contractor Performance Requirements). For the purposes of this calculation, "cost of manufacturing" includes all related costs for the production of the ADDS end-items, including other production activities such as non-recurring engineering (NRE) support. The costs of materials, as well as any profit or fee from the contract, are excluded. Interested parties who have previously submitted a capability statement, are required to resubmit based on updates contained in this notice. All responses to this notice and questions pertaining to this announcement shall be submitted to the following: John.Antol@navy.mil or Naval Air Systems Command, Building 2272 Room 256, 47123 Buse Road Unit IPT, Patuxent River, MD 20670-1547, NO LATER THAN 25 January 2012. For questions related to the set-aside and size standards, contact the NAVAIR Office of Small Business Programs at 301-757-9083.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-11-R-0072/listing.html)
 
Record
SN02651697-W 20120112/120110234321-dbd627ab112529be57823ae0da403559 (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.