Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 13, 2017 FBO #5803
SOLICITATION NOTICE

16 -- V-22 Software Support Activity, Mission Planning, Situational Awareness and Maintenance Trainer Products and Support

Notice Date
10/11/2017
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment 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
N00421-18-RFPREQ-PMA-275-0335
 
Archive Date
12/26/2017
 
Point of Contact
William J Dagenhart, Phone: 3013429942, David Silverstone, Phone: 30175772528
 
E-Mail Address
william.j.dagenhart@navy.mil, david.silverstone@navy.mil
(william.j.dagenhart@navy.mil, david.silverstone@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
V-22 Software Support Activity, Mission Planning, Situational Awareness and Maintenance Trainer Products and Support Solicitation Number: N00421-18-RFPREQ-PMA-275-0335 Presolicitation Synopsis: The Naval Air Systems Command (NAVAIR), Naval Air Warfare Center Aircraft Division (NAWCAD)), Patuxent River intends to award a Sole Source delivery order under Basic Ordering Agreement (BOA) N00019-15-G-0003 with Raytheon Intelligence, Information and Services (IIS), Indianapolis. The contract period of performance is anticipated to be three years. The order will procure V-22 system and software engineering, Software Support Activity (SSA) products, Mission Planning System products, Situational Awareness (SA) products, and Maintenance Trainer products (Avionics Functional V-22 Trainer (AFVT), Trainer Fault Insertion System (TFIS) and Portable Avionics Functional V-22 Trainer (PAFVT)) associated with V-22 Functional Requirements Document (FRD) 2021 and Work Package Analysis (WPA) for potential FRD 2023 V-22 Problem Reports (VPRs) in support of the V-22 aircraft for the United States Marine Corps (USMC), United States Navy (USN), United States Air Force (USAF), and Foreign Military Sales (FMS) programs. This action is being awarded on a sole source basis to Raytheon IIS in accordance with the statutory authority permitting other than full and open competition under Title 10 U.S.C. 2304(c)(1), as implemented by FAR Part 6.302-1, "Only one responsible source and no other supplies or services will satisfy agency requirements." Raytheon IIS possesses highly specialized knowledge, facilities and resources to provide V-22 system and software engineering, SSA products, Mission Planning Systems, SA products, Maintenance Trainer products, and classified and unclassified laboratories associated with V-22 FRD 2021. As the Original Equipment Manufacturer (OEM) for the AFVT, TFIS and PAFVT, they have unique knowledge and expertise of these training systems which enables them to perform software and hardware updates to ensure critical training is available in a timely manner to meet Fleet readiness requirements. As the original software developer of V-22 Mission Planning Systems, they have the unique knowledge and expertise to develop software changes to these critical fleet ground systems to ensure changes are provided to the V-22 fleet in a timely manner. Raytheon IIS is the only known source that has the prerequisite knowledge and expertise required to execute these efforts without unacceptable delays providing software to the V-22 fleet and fulfilling V-22 program requirements. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement. This notice of intent is not a request for competitive proposals. However, any capability statements received within fifteen days after date of publication of this synopsis will be considered by the Government. 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 normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Award is anticipated on or about January 2019. For possible subcontracting opportunities, please contact Ms. Shannon Hawkins at hawkinss2@raytheon.com, (317) 306-7659.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-18-RFPREQ-PMA-275-0335/listing.html)
 
Place of Performance
Address: 6125 E 21st Street, Indianapolis, Indiana, 46219-2001, United States
Zip Code: 46219-2001
 
Record
SN04711195-W 20171013/171011231322-d672e809f1b968b3eccc1c414969b6db (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.