Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2008 FBO #2365
SOLICITATION NOTICE

A -- SSDS Platform Systems Engineering Agent (PSEA)

Notice Date
5/16/2008
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAVAL SEA SYSTEMS COMMAND, DC 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC 20376-2040
 
ZIP Code
20376-2040
 
Solicitation Number
N0002408R5122
 
Response Due
6/2/2008
 
Point of Contact
John Jeffrey 202 781 2720 Please review the above description and provide all comments and questions in writing electronically to John Jeffrey, Contract Specialist, via email at john.jeffrey@navy.mil in lieu of telephone calls. Do not phone in any questions or comments as they will not be considered
 
Small Business Set-Aside
N/A
 
Description
This synopsis informs interested parties that the Naval Sea Systems Command (NAVSEA) will utilize other than full and open competition to award a contract for a base year (Fiscal Year (FY) 2008) and four one-year options (FY 2009 through FY 2012) to Raytheon Company, Integrated Defense Systems (Raytheon IDS), San Diego, CA, for the Ship Self Defense System (SSDS), to perform the responsibilities of the Platform Systems Engineering Agent (PSEA) as described below. SSDS is the Combat Direction System element for CVN/Amphibious ship combat systems, which will satisfy the anti-air-warfare, anti-ship-missile-defense and other multi-warfare mission requirements on SSDS Carriers and amphibious ships (including CVN 68 class, CVN 78 class, LPD 17 class, LSD 41 class, LSD 49 class, LHD 7, LHD 8, and LHA 6 ships). The contract will provide for software integration and hardware upgrades necessary to integrate other war-fighting capabilities with SSDS, and for the maintenance of the SSDS computer programs, equipment and documentation. As the PSEA, Raytheon IDS will perform CVN/Amphibious Modernization Advanced Capability Build 12 / Technical Insertion 12 (ACB12/TI12) integration, testing and certification support. Raytheon IDS, under the PSEA contract, will be responsible for the integration of highly complex war-fighting improvements into the modular SSDS. This entails SSDS hardware and software modifications, including modifications to implement the CVN 78 Dual Band Radar for integration into the CVN 78 combat system configuration. Raytheon IDS will integrate, test and provide certification support for the government-furnished equipment/government-furnished information required for the CVN/Amphibious ship combat system. The new capabilities will be incorporated into the SSDS single-source software component library for re-use across multiple ship classes. In addition, Raytheon IDS will provide continuing SSDS computer program development, maintenance and other post-delivery support for CVN/Amphibious ships in fielding the SSDS MK 2 Open Architecture Computing Environment (OACE). The PSEAs responsibilities also include supporting Navy design systems engineering efforts to determine SSDS modifications to address new warfighting requirements. Raytheon IDS is the only company that can meet the Navys requirement for fielding a certified SSDS MK 2 OACE system on USS Nimitz (CVN 68) and other CVN/Amphibious ships over the next five years. Raytheon IDS, as the SSDS design agent, is currently completing the SSDS MK 2 migration to the OACE, including the integration of tactical software and the production of hardware for fielding on USS NIMITZ (CVN 68) in FY 2009. The SSDS PSEA will be required to take that software and hardware capability, make adaptations, and conduct further testing and certification for nineteen (19) other CVN/Amphibious ships programmed for SSDS OACE installations in the next five years. Combat system upgrades with SSDS OACE for the next ship, LPD 17 (USS SAN ANTONIO), are planned to begin in June 2009, and will be followed by CVN 76 (USS RONALD REAGAN) in November 2009, and SSDS OACE deliveries in FY 2010 for the new-construction LPD 24 and LHA 6. This fielding plan is aggressive, and demands an intricate command of the SSDS. The introduction of another contractor at this stage would result in adverse impacts on the operation of the fleet and unacceptable schedule delays, including delays in the certification of the integrated combat system software on LPD 17 and CVN 76, and the construction schedules for LPD 24 and LHA 6. Fifteen (15) more SSDS OACE ship schedules (approximately four ships per year through FY 2012) would be jeopardized by the introduction of a new contractor. NAVSEA intends to award a contract resulting from this synopsis on a sole source basis, under authority of 10 U.S.C. 2304 (c)(1), as Raytheon IDS is the only known source with the requisite knowledge to support the SSDS program schedule(s) without introducing unacceptable delays and incurring duplication of costs. Raytheon IDS has the experience and has retained the requisite staff experienced in each of the previous baselines to understand the system, to provide support for fielded systems and to integrate new CVN/Amphibious capabilities for CVN 78 and ACB12/TI12. Without this SSDS experienced support the Government will not be able to adequately respond to combat system problems in the Fleet and CVN/Amphibious ship construction and modernization schedules. Notice: See Note 22. 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.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=45ccafcc5e33d8e9dad585d63ccb7a80&tab=core&_cview=1)
 
Record
SN01575068-W 20080518/080516220353-45ccafcc5e33d8e9dad585d63ccb7a80 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.