Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 05, 2003 FBO #0430
SOURCES SOUGHT

69 -- F/A-18 E/F Training Systems Upgrade Program

Notice Date
2/3/2003
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway Code 253, Orlando, FL, 32826-3224
 
ZIP Code
32826-3224
 
Solicitation Number
Reference-Number-N61339-01-D-0007
 
Archive Date
3/11/2003
 
Point of Contact
George Cabaniss, Contract Specialist, Phone 407-380-4556, Fax 407-380-4164, - Timothy Cichon, Contract Specialist, Phone 407-380-4083, Fax 407-380-4164,
 
E-Mail Address
George.Cabaniss@navy.mil, Timothy.Cichon@navy.mil
 
Description
The Naval Air Systems Command (NAVAIR-Orlando) intends to negotiate, on a sole source basis, a $150M ceiling increase to the current Indefinite Delivery/Indefinite Quantity Contract (ID/IQ) with The Boeing Company, St. Louis, MO. under authority of Federal Acquisition Regulation (FAR) 6.302-1, "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements". As the design cognizant activity and builder of the in production F/A-18 E/F Aircraft, Boeing alone maintains the engineering expertise required to design, build and deliver high fidelity F/A-18 E/F Aircrew and Maintenance Trainers to meet critical fleet training requirement deadlines. The Boeing Company through their Flight Simulation division is funded by the F/A-18 E/F Aircraft Program to create aircraft systems software and modify aircraft Operational Flight Program (OFP) software for engineering simulations at Boeing that are used in the development of the F/A-18 E/F aircraft. These newly created and modified OFP software models are then reused in the development of F/A-18 E/F trainer systems. As part of the aircraft procurement program, Boeing developed and built the current F/A-18 E/F Aircrew and Maintenance Trainers and will be responsible for design, fabrication, integration, documentation, shipping, installation and testing of the upgrades to specific trainers. Upgrades shall include the Block 2 configuration, which incorporates H3E requirements that will coincide with the F/A-18 E/F H3E aircraft fleet release. As part of the Block 2 upgrades, the Active Electronically Scanned Array (AESA) Radar and additional functionality will be concurrently incorporated into the aircraft and trainers. The H3E upgrade involves significant software and hardware upgrades and unknown risk areas to include high order language (HOL) development and AESA Model development. While delivering highly complex F/A-18 E/F trainers to the Government, the Boeing Company has gained unique knowledge of the current design, the future requirements and technology aspects of the F/A-18 E/F Aircrew and Maintenance Trainer Program. Additionally, the Government has restricted and limited rights on certain noncommercial computer software and noncommercial software documentation and noncommercial technical data; therefore, the Government is unable to provide this information. Because the contract requires in-depth knowledge of the current aircraft design, Block 2 Configuration upgrade, and the design of the trainers, award through competition would require substantial duplication of costs that the Government would not recover through competition and would create unacceptable delays in fulfilling the F/A-18 E/F's mission training requirements. To meet timeframes, milestones, and schedules, Boeing has established relationships with key personnel, and has successfully designed, fabricated, integrated, and delivered F/A-18 E/F Aircrew and Maintenance Trainers and demonstrated the capability to perform the required upgrades. This synopsis is not a request for competitive proposals. Interested sources may identify their interest and capability to respond to the requirements. Interested sources must submit detailed technical capabilities, and any other information, which demonstrates their ability to meet the needs of the Government. Detailed capabilities must be submitted by email to George Cabaniss (george.cabaniss@navy.mil) in an electronic format that is compatible with Word 2000, no later than February 24, 2003. All information shall be furnished at no cost or obligation to the Government. Responses shall be limited to no more than FIVE (5) pages. A determination by the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. No solicitation document is available. If no affirmative written response is received, the ceiling will be increased without further notice.
 
Place of Performance
Address: P.O Box 516, St. Louis, MO
Zip Code: 63116
Country: United States
 
Record
SN00252303-W 20030205/030203213817 (fbodaily.com)
 
Source
FedBizOpps.gov 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.