Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 08, 2017 FBO #5859
SOLICITATION NOTICE

58 -- AEGIS Sites Engineering, Operation, and Maintenance Requirements

Notice Date
12/6/2017
 
Notice Type
Presolicitation
 
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
N00024-18-R-5103
 
Archive Date
1/5/2018
 
Point of Contact
James M. Hammersley, Phone: 2027813149, Erin Anderson, Phone: 202-781-2981
 
E-Mail Address
james.hammersley@navy.mil, erin.anderson1@navy.mil
(james.hammersley@navy.mil, erin.anderson1@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Navy intends to utilize other than full and open competition to award a contract to Lockheed Martin and Rotary and Mission Systems (LM RMS), in Moorestown, NJ, for technical engineering and support efforts related to the operation and maintenance of the Combat Systems Engineering Development Site (CSEDS), the SPY-1A Test Facility, and the Naval Systems Computing Center (NSCC). The NSCC is comprised of: (1) the Computer Program Test Site; (2) Program Generation Center; (3) Remote Network Facilities; (4) the Combat System Engineering and Test Center; and (5) the AEGIS Data Reduction Center. This procurement will also provide for the continuing site maintenance and planned improvements of the sites to support AEGIS Combat System (ACS) and AEGIS Weapon System (AWS) upgrades to CG 47 and DDG 51 Class ships through the completion of Advanced Capability Build 20 and Technology Insertion 16 (ACB 20/TI16), in addition to AEGIS Ballistic Missile Defense (BMD), Foreign Military Sales (FMS), and non-AEGIS programs (Littoral Combat Ship, Future Frigate, USCG National Security Cutter, and USCG Offshore Patrol Cutter) requirements. The contractor will provide continuing technical engineering, configuration management, associated equipment/supplies, quality assurance, information assurance, operation and maintenance for CSEDS, the SPY-1A Test Facility, and the NSCC, as well as continued technical engineering for those integrated facilities owned and/or operated by LM RMS. These facilities (also referred to collectively as the "AEGIS Sites") incorporate highly integrated, classified, real-time networks that connect numerous contractor and U.S. Government facilities required to build, integrate, test, and deliver computer code. The AEGIS sites currently support all AEGIS in-service capabilities, ACB 12, 16 and 20/ TI 12, 12H and 16 development/testing, FMS requirements, AEGIS BMD requirements and non-AEGIS programs. The AEGIS sites are required to provide the systems engineering, logistics, quality assurance, configuration management, and administrative support to assist in the development, integration, and test of the above efforts. Pursuant to 10 U.S.C. 2304(c)(1), LM RMS is currently the only responsible source capable of fulfilling the Navy's requirements for continuing AEGIS sites support without unacceptable delay in fulfilling the Government's requirements. Competition for these efforts at this time would result in unacceptable delays to the US Navy, BMD, FMS programs and non-AEGIS programs, and could compromise the effectiveness and reliability of the AWS and the other capabilities to be integrated under ACB 12, 16 and 20/ TI 12, 12H and 16. Note: 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 after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed requirement 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-18-R-5103/listing.html)
 
Place of Performance
Address: 199 Borton Landing Road, Moorestown, New Jersey, 08057, United States
Zip Code: 08057
 
Record
SN04758463-W 20171208/171206231025-3b1a4e2848b58edafaa862229b8c0824 (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.