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 -- Research and Development for Aegis Platform Systems Engineering Agent (PSEA)

Notice Date
5/16/2008
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
N00024 NAVAL SEA SYSTEMS COMMAND, DC 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC
 
ZIP Code
00000
 
Solicitation Number
N0002408R5121
 
Response Due
6/2/2008
 
Point of Contact
Steven O. Santos 202 781 3928 Contact Steven O. Santos via email at steven.o.santos@navy.mil
 
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) 2009) and three one-year options (FYs 2010 through 2012), to Lockheed Martin Maritime Systems and Sensors (Lockheed Martin MS2) in Moorestown, New Jersey, for Platform System Engineering Agent (PSEA) efforts associated with the Aegis Weapon System (AWS).. The AWS is 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 integration and hardware upgrades necessary to integrate additional war-fighting capabilities with the AWS. These integration efforts are essential in order to satisfy initial installation on CG-62 and DDG-53 in 2012. The contract also will provide for maintenance of the AWS computer program in support of Cruiser Modernization (CG Mod), the in-service fleet and new-construction destroyers. As the PSEA, Lockheed Martin MS2 will perform the integration, testing and certification of software upgrades addressed in Aegis Modernization (AMOD) Advanced Capability Build (ACB) 12, and hardware upgrades addressed in Technical Insertion (TI) 12. The additional weapon systems and capabilities to be integrated with AWS in ACB 12 and TI 12, to create a Family of Systems (FoS), include: (a) Naval Integrated Fire Control - Counter Air (NIFC-CA); (b) Single Integrated Air Picture (SIAP); (c) the Multi-Mission Signal Processor (MMSP); (d) BMD; and (e) Standard Missile 6 (SM-6). All of these parallel efforts, which are currently under development, must merge in order to support testing in FY 2010 and initial installation in FY 2012. In addition, Lockheed Martin MS2 will provide continuing computer program and other post-delivery support for CG Mod ships (CG-52 through CG-58) and the new-construction destroyers that incorporate Baseline 7.1R of the AWS computer program (DDG-103 through DDG-112). The contractor will also provide White Sands Missile Range computer program upgrades to support AMOD development, and will conduct ACB studies and analyses for future Aegis improvements. 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 LM MS2 is the only known source containing the requisite knowledge to support the Aegis program schedule(s) without introducing unacceptable delays and incurring duplication of costs. Lockheed Martin MS2 has the highly technical and specialized knowledge of the Ships mission, design, combat systems and the associated software that is required for the design, test, certification and validation of these critical mission computer programs. Lockheed Martin MS2 is the only contractor that possesses the experience, knowledge, technical expertise, integration and testing capabilities and facilities necessary to perform these requirements to ensure the Navys fleet critical operational commitments are met. Lockheed Martin MS2 is the only company that can meet the Navys requirement to concurrently upgrade the existing AWS software and complete the initial installation of a fully integrated FoS on Aegis cruisers and destroyers in 2012. This effort requires the concurrent development and integration of highly complex, additional war-fighting capabilities, and the host AWS software, which together make up the FoS. Given that Lockheed Martin MS2 must perform the integration of ACB 12 and TI 12, Lockheed Martin MS2 also must perform the computer program maintenance necessary to support CG Mod, new-construction DDGs, and the in-service fleet. As the original developer of the 5.3, 6.1, 6.3, 7.1, and 7.1R AWS software baselines, Lockheed Martin MS2 is also the only vendor with the detailed technical and historical experience to provide this type of operational unit and software maintenance support.. Lockheed Martin MS2 is also uniquely qualified to procure, modify and install the PSEA-related hardware. The equipment to be procured will be installed and integrated with other equipment owned by the government and Lockheed Martin MS2, located at the governments Combat Systems Engineering Development Site and Lockheed Martins facilities. The required hardware is unique to each site, and the procurement, installation and maintenance of that hardware requires an understanding of the existing site layout and equipment. The contractor will design the hardware concurrently with the development of ACB 12. Thus, no other source can satisfy this requirement in time to support ACB 12s test and delivery 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=5d021c644f616acc93b2df296ee2a8b4&tab=core&_cview=1)
 
Record
SN01575113-W 20080518/080516220454-5d021c644f616acc93b2df296ee2a8b4 (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.