SOLICITATION NOTICE
A -- eCASS (electronic Consolidated Automated Support System)
- Notice Date
- 1/16/2009
- Notice Type
- Presolicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
- ZIP Code
- 08733-5083
- Solicitation Number
- N68335-09-R-0001
- Response Due
- 2/17/2009
- Archive Date
- 3/4/2009
- Point of Contact
- Marybeth Kacek,, Phone: 732-323-2061, John L Murtagh,, Phone: 732-323-2901
- E-Mail Address
-
marybeth.kacek@navy.mil, john.murtagh@navy.mil
- Small Business Set-Aside
- N/A
- Description
- This announcement constitutes a DRAFT Request for Proposal (RFP). THIS IS NOT A FORMAL RFP AND THE GOVERNMENT IS NOT ACCEPTING PROPOSALS AT THIS TIME. The Naval Air Warfare Center Aircraft Division (NAVAIRWARCENACDIV) Lakehurst intends to procure, via full and open competition, a replacement system for the existing AN/USM-636(V) Consolidated Automated Support System (CASS) with a next generation test system solution, herein referred to as electronic Consolidated Automated Support System (eCASS). General Description: CASS is a common family of Automatic Test Equipment (ATE) for automated avionics/electronics testing at Navy Intermediate Level maintenance and Fleet Readiness Center (FRC) sites both shore-based and afloat. Legacy mainframe CASS systems are approaching the end of their useful service life and will be replaced with eCASS. With the replacement of legacy mainframe CASS, reutilization of approximately 750 existing CASS Test Program Sets (TPSs) is required on eCASS while maintaining or improving fidelity of test, run-times and performance. The Offeror will be responsible for any TPS software processes and related tools required for CASS TPS migration to eCASS. The new test station shall have a compatibility mode that will emulate existing CASS station characteristics in order to maintain legacy CASS TPS performance and will also have an eCASS mode that permits taking advantage of the full range of advanced eCASS station capabilities. The program will include delivery of eCASS TPS development suites, which includes a “CASS to eCASS” TPS conversion toolset, and an “eCASS to RTCASS” TPS conversion toolset. eCASS will be procured as one of two configurations. The first configuration, simply called eCASS, will be designed to assume TPS hosting of all CASS Hybrid, Radio Frequency (RF), High Power (HP), and Communication Navigation Interrogation (CNI) supported TPSs while reutilizing the GFE High Power Device Test Set (HPDTS) and/or GFE CNI Ancillary Set (CNIAS) assets. The second configuration, called eCASS Electro-Optic (EO), will be a logistically common subset of the eCASS configuration that will be designed to assume TPS hosting of CASS EO TPSs (with only the functionality necessary to execute all associated EO TPSs) while reutilizing the GFE CASS EO console asset. Existing and new CASS ancillary equipment shall be used with the eCASS stations to meet the full range of testing currently performed on all mainframe CASS station configurations. eCASS shall be designed for shipboard and shore-based use, and shall be compliant with the eCASS specification and all other applicable documentation. The contract type is anticipated to be Cost-Plus Incentive Fee for the System Development and Demonstration (SDD) portion with Fixed Price Incentive options for Low Rate Initial Production (LRIP) I and LRIP II deliveries. The anticipated quantities for the basic contract will include the efforts to design, test and produce fourteen (14) Engineering Development Models (EDMs) to support Design Testing and the Milestone C and Full Rate Production acquisition decisions. Also required are EDM SMAT/CAL OTPS Kits; Calibration Equipment Kits; TPS Development Suites; CASS Qualification Test OTPS; and additional items to support eCASS. The contract will contain LRIP options to procure up to twenty (20) LRIP I systems in FY13 and up to twenty (20) LRIP II systems in FY14, along with additional items to support the LRIP eCASS systems. Respondents are requested to provide comments, requests for clarification and/or other suggestions for consideration, and indicate errors or omissions found in the DRAFT eCASS RFP and all associated attachments. The Government will not share any proprietary information received with any other party outside the Government with the exception of those Government Contractor Support Services (CSS) personnel exclusively supporting the eCASS Program and bound by Non-Disclosure Agreements on file with the Government. Feedback will not be provided to any Offerors and the Government PCO may or may not, at his sole discretion, incorporate suggestions into the final RFP package. Request that all responses to the draft RFP are submitted in writing such that the date of Government receipt is no later than 17 February 2009. A technical library, which includes the eCASS Performance Specification and the eCASS System Requirements Compliance Matrix (eSRCM), will be made available only to Offerors who intend to participate as a prime contractor for this effort in accordance with the instructions contained in Paragraph 7.0 Section L of the Request For Proposal. Due to these items being an Export Controlled documents, they will not be posted within the DRAFT RFP and are only available via such written request. This procurement will be full and open. The DRAFT solicitation will be posted on the NAVAIR homepage located at http://www.navair.navy.mil. Select “Doing Business” and then “Open Solicitations.” Look for amendments on the web page. Hard copy of solicitations and amendments will NOT be mailed to contractors. The solicitation will be posted on the web, on or about 16 January 2009. Any questions about the draft RFP should be in writing and sent either by email to marybeth.kacek@navy.mil or via letter to the following address: Naval Air Warfare Center Aircraft Division, Contracts Code 2.5.2.1.4MK, Attn: Marybeth Kacek, Highway 547, Building 562-3C, Lakehurst, NJ 08733. The point of contact is Ms. Marybeth Kacek, phone (732) 323-2061, facsimile (732) 323-2359, email marybeth.kacek@navy.mil or Mr. John Murtagh, phone (732) 323-2901, facsimile (732) 323-2359, email john.murtagh@navy.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=288ea2775ad4d3851b87f5b9938c7341&tab=core&_cview=1)
- Record
- SN01734290-W 20090118/090116220025-288ea2775ad4d3851b87f5b9938c7341 (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 |