SOLICITATION NOTICE
A -- Research and Development for Aegis Modernization Advanced Capability Build 12/Technical Insertion 12
- 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
- ZIP Code
- 00000
- Solicitation Number
- N0002408R5123
- Response Due
- 6/2/2008
- Point of Contact
- Steven O. Santos 202 781 3928 Please review the above description and provide all comments and questions in writing electronically to Mr. Steven Santos, Contracting Officer, via email at steven.o.santos@navy.mil in lieu of telephone calls. Do not phone in any questions or comments, they will not be considered
- Small Business Set-Aside
- N/A
- Description
- This synopsis informs interested parties that the Naval Sea Systems Command (NAVSEA) intends to utilize other than full and open competition to award a contract to Lockheed Martin, Maritime Systems and Sensors, (LM MS2) 199 Borton Landing Road Moorestown NJ 08057-0297. This contract will be for the Aegis development associated with Aegis Modernization (AMOD) Advanced Capability Build (ACB) 12 (software upgrades) and Technical Insertion (TI) 12 (hardware upgrades), including a base year (Fiscal Year (FY) 2009) and three one-year options (FYs 2010 through 2012). AMOD is an upgrade to the Aegis Weapon System (AWS) the automated segment of the Aegis Combat System (ACS), which will satisfy the anti-air-warfare and ballistic-missile-defense (BMD) mission requirements on Aegis cruisers and destroyers (CG-47 and DDG-51 Class ships). Lockheed Martin MS2 developed and produced the AWS. The proposed contract will provide for software upgrades, hardware integration, and Navy Integrated Fire Control-Counter Air (NIFC-CA) engineering support. As the AMOD capability developer, Lockheed Martin MS2 will base DDG Modernization on the Aegis Cruiser Modernization (CG Mod) ACB 08 computer program and, in parallel with the CG/DDG Platform Systems Engineering Agent (PSEA), will integrate the software into a deliverable system. Under the AMOD development contract, Lockheed Martin MS2 will be responsible for changes to the core AWS software that relate to the integration of highly complex war-fighting improvements, which also are in varying stages of development: (a) NIFC-CA; (b) Single Integrated Air Picture (SIAP); (c) the Multi-Mission Signal Processor (MMSP); (d) BMD; and (e) Standard Missile 6 (SM-6). These improvements must operate as a Family of Systems (FoS). Lockheed Martin MS2 also will establish a modular architecture, at the component level, for the affected parts of the existing AWS software, and port where necessary to facilitate the integration of these new war-fighting improvements and to allow for the introduction of future capabilities through the Rapid Capability Insertion Process. Finally, Lockheed Martin MS2 will provide engineering support to refine the implementation of NIFC-CA in AMOD. All of these concurrent efforts must merge in order to support testing, and to meet the schedule for initial installation on CG-62 and DDG-53 in FY 2012. 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 Lockheed Martin MS2 is the only company that can meet the Navys requirement to upgrade the existing AWS software and complete the initial installation of a fully integrated FoS on Aegis cruisers and destroyers in 2012. Modification of the core AWS software, under the proposed contract, is one facet of the concurrent development and integration of the highly complex elements that make up the FoS. Each change within the existing AWS code must be made in parallel with the other changes and integration efforts. Given the challenges associated with concurrent software development, Lockheed Martin MS2 is uniquely capable of performing the work in a coordinated fashion and in accordance with strict schedule constraints. 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=816a7ba4f20bc721acfb35f68f9faaaa&tab=core&_cview=1)
- Record
- SN01575105-W 20080518/080516220440-816a7ba4f20bc721acfb35f68f9faaaa (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 |