Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 22, 2014 FBO #4715
MODIFICATION

58 -- Technology Insertion (TI)-16 Acoustic Rapid Action Commercial Off-the- Shelf (COTS) Insertion (A-RCI)

Notice Date
10/20/2014
 
Notice Type
Modification/Amendment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NAVSEA HQ, SEA 02, 1333 Isaac Hull Avenue SE, Washington Navy Yard, District of Columbia, 20376, United States
 
ZIP Code
20376
 
Solicitation Number
N0002414R6222
 
Archive Date
5/23/2015
 
Point of Contact
John Lee, Phone: 2027814904, Peter Richmond, Phone: 2027813920
 
E-Mail Address
john.lee7@navy.mil, peter.richmond@navy.mil
(john.lee7@navy.mil, peter.richmond@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Edit as of 20-OCT-2014: The competitive RFP for ARCI TI-18/20 is now scheduled to be released early November. Please follow the new solicitation number N0002415R6267 for ARCI TI-18/20. ---- The Naval Sea Systems Command intends to issue a sole source solicitation numbered N00024-14-R-6222, for a Cost Plus Incentive Fee (CPIF) contract, to procure Technology Insertion (TI)-16 Acoustic Rapid Action Commercial Off-the- Shelf (COTS) Insertion (A-RCI) hardware and software systems, technical insertion kits, and associated spares for SSN688/688I, SSBN, SSGN, and SEAWOLF Class submarines, modernization kits, hardware and software systems for new construction, and hardware and software system upgrades for VIRGINIA Class submarines, including approximately 2,732,810 man-hours of engineering services and post installation support for A-RCI. Specifically, this procurement covers development, system engineering, integration, production, support, and spares requirements. Common support services requirements for Surface Undersea Warfare and Integrated Undersea Surveillance Systems are also included, as well as potential Foreign Military Sales (FMS) of A-RCI hardware and software variants. The contractor will support engineering services and production for the Large Aperture Bow Array (LAB), Lightweight Wide-Aperture Array (LWWAA), Legacy Replacement, and high frequency sonar upgrade EC-20. The contractor will also provide engineering support to develop design improvements for new and modified acoustic sensor systems, perform upgrades for common forward fit and back fit networking, and transition Advanced Processing Builds (APBs) into their specific platforms, trainers, and shore based facilities. A-RCI is a sonar system that integrates and improves towed array, hull array, sphere array, and other ship sensor processing, through rapid insertion of COTS based hardware and software. The period of performance for this effort is four (4) years, one base year and three (3) option years, from FY15 through FY18. This requirement will be solicited sole source from Lockheed Martin Mission Systems and Training (LM MST) in Manassas, Virginia, which is the current A-RCI system integrator under contract N00024-11-C-6294. LM MST is the only source with the requisite knowledge of the A-RCI system design, hardware, support equipment, technical experience, and resources necessary to meet the Government's needs in a timely manner. Companies interested in subcontracting opportunities should contact Lockheed Martin directly. This notice is for informational purposes only. See Note 22. NAVSEA intends to synopsize the following full and open competitive contracts for A-RCI procurements in the near future: (1) TI-18/TI-20 A-RCI Integration, (2) TI-18/TI-20 A-RCI Light Weight Wide Aperture Array (LWWAA) Processing, and (3) TI-18/TI-20 A-RCI Light Weight Low Cost Conformal Array (LWLCCA) Processing. T hese competitive RFPs are scheduled to be released in Fall 2014 (ARCI TI18/20) and Spring 2015 (LWWAA and LWLCCA).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002414R6222/listing.html)
 
Record
SN03553736-W 20141022/141020233956-88a37b50b6e1f552bc869d4046ed737c (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.