Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2012 FBO #3799
SOLICITATION NOTICE

10 -- Aegis Weapon System (AWS) Production, Integration, and Test

Notice Date
4/17/2012
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
N00024 NAVAL SEA SYSTEMS COMMAND, DC 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC
 
ZIP Code
00000
 
Solicitation Number
N0002411R5114
 
Response Due
5/2/2012
 
Archive Date
5/17/2012
 
Point of Contact
Jennifer L. Thompson 202-781-4354
 
E-Mail Address
Jennifer L. Thompson
(jennifer.l.thompson1@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
NAVSEA will utilize other than full and open competition to award a class of contract actions to Lockheed Martin Mission Systems and Sensors (LM MS2) in Moorestown, New Jersey (NJ) for the procurement and integration of ten (10) AEGIS Weapon Systems (AWS) in support of the DDG 51 Class Shipbuilding Program, one (1) AWS equipment set for the AEGIS Ashore Missile Defense System (AAMDS) Host Nation #2 (HN-2) site, and associated engineering services in support of production efforts for Fiscal Year (FY) 2013 through FY 2017. The anticipated contract actions will provide for the production and delivery of ten (10) AWS equipment ship sets and one (1) for the AAMDS HN-2. Six (6) AWS ship sets will be procured as part of a multi-year procurement (MYP) beginning in FY 2013 through FY 2016. Four (4) AWS ship sets will be separately priced options in FY 2014, FY 2016, and FY 2017. The AAMDS HN-2 equipment will be a separately priced option in FY 2014 and FY 2015. LM MS2 will also be responsible for related technical services to facilitate system testing, shipyard installation, and other requirements. LM MS2 will be responsible for production and fabrication of the AN/SPY-1D(V) arrays (4 per ship set), including an integrated Multi-Mission Signal Processor (MMSP), AEGIS AMOD Upgrade equipment (AAU), and Combat System Support Equipment (CSSE) for each equipment set. LM MS2 will also be responsible for integrating the Fire Control System MK 99 for each ship into the AWS, including the MK 82 Directors and MK 200 Director Controls, and the AN/SPY-1D(V) Transmitter Group delivered under separate contracts and performing full functional testing of the complete AWS at the PTC. Once AWS system level testing at PTC is complete, each AWS ship set will be delivered to the designated shipyard for installation into the new construction DDG. LM MS2 will also be responsible for system engineering and technical services in support of the manufacturing process. LM MS2 is the only responsible source capable of satisfying the Navy ™s requirements for delivery of ten (10) complete, fully functionally tested AWS ship sets and AAMDS HN-2 including production of the AN/SPY-1D(V) arrays, MMSP, AAU and CSSE. LM MS2 possesses unique experience in AWS design, development, production, assembly, and testing, and currently provides the necessary services to deliver an integrated and tested AWS to the fleet. LM MS2 also provides installation material, ancillary equipment, provisioning items, administrative data, technical data, and provisioning technical data. As such, LM MS2 understands the system functionality and detailed specifications in order to produce systems that satisfy the AWS requirements and are compatible with existing components and infrastructure of the entire AEGIS Combat System (ACS), of which the AWS is one component. All previous AWS production contracts for ship sets and AAMDS sites equipment have been awarded on a sole-source basis to LM MS2 (or its antecedents). Under these contracts, LM MS2 has developed an extensive infrastructure at its Moorestown, NJ facility to support AWS production. This infrastructure (production facilities, qualified supplier base, special test equipment, data networks, system test environments, producibility engineering workstations, etc.) also supports the separate LM MS2 contractual responsibilities for AEGIS development, FMS AWS production, U.S. Navy and FMS in-service engineering, and other depot operations. Because this infrastructure supports other ongoing contractual responsibilities, the Navy could not transfer it to another contractor for performance of these requirements. LM MS2 is the only existing source with the in-depth technical expertise, knowledge, resources, and infrastructure to produce, integrate, and test the AWS without adverse impact to deliveries in support of the USN shipbuilding schedule, ship deployment requirements for operational use, and MDA delivery schedule. For the reasons stated above, pursuant to 10 U.S.C. 2304(c)(1), NAVSEA intends to award a contract for the production, integration, testing and engineering support services for production, integration and test of the Aegis Weapon System (AWS) for DDGs and HN-2 to Lockheed Martin Mission Systems & Sensors (LM MS2) in Moorestown, NJ. Parties interested in subcontracting opportunities should contact LM MS2 directly. 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. Please review the above description and all comments and questions should be submitted in writing electronically to Ms. Jennifer L. Thompson, Contracting Officer, via email at jennifer.l.thompson1@navy.mil in lieu of telephone calls. Do not phone in any questions or comments, they will not be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002411R5114/listing.html)
 
Record
SN02724529-W 20120419/120417235949-0d6e5d42c86f69f95481a93e480fcf75 (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.