SOLICITATION NOTICE
A -- Program Management and Engineering Services to implement and integrate the Naval Integrated Fire Control-Counter Air (NIFC-CA) From-the-Sea (FTS) kill chain
- Notice Date
- 10/2/2009
- Notice Type
- Presolicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Navy (N00024)1333 Isaac Hull Ave SE M/S 2040Washington Navy Yard, DC 20376-2040
- ZIP Code
- 20376-2040
- Solicitation Number
- N0002410R5118
- Response Due
- 10/19/2009
- Archive Date
- 11/3/2009
- Point of Contact
- Erin Leech 202-781-2981 Please contact Erin Leech via email at erin.leech@navy.mil in lieu of telephone calls.
- E-Mail Address
-
Erin Leech's email address
(erin.leech@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Naval Sea Systems Command (NAVSEA) intends to negotiate a sole source Cost Plus Award Fee (CFAF) Basic Order Agreement (BOA) Delivery Order for FY10 requirements to Northrop Grumman Systems Corporation, Theodore Damaskinos MS W06-5, 600 Grumman Road West, Bethpage, NY 11714. The services to be provided include program management and engineering services to implement and integrate Naval Integrated Fire Control-Counter Air (NIFC-CA) with the E-2D, Advanced Hawkeye aircraft and weapon system. The services that NGSC provides will be for approximately 5,517 engineering man-hours of engineering investigations, studies for engineering enhancements and changes, technical and programmatic oversight on schedules and coordination of meetings/reviews, risk management, and providing program leadership to the Systems Engineering Integration and Test (SEI&T) team. Test and Evaluation (T&E) tasking will include developing scenarios and providing pre-test analysis and performance predictions to support planning for Surface Combat Systems Center (SCSC) and White Sands Missile Range (WSMR) tracking exercises, captive flight tests, and live fire tests. NGSC is the sole designer, developer, manufacturer and systems integrator of the E-2D aircraft and weapon system and as such is the only firm with the in-depth technical knowledge, expertise and technical data necessary to provide the required services to the SEI&T team within the required timeframe to support the Navy's needs. 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. Please review the above description and provide all comments and questions electronically to erin.leech@navy.mil in lieu of telephone calls. Please do not phone in any questions or comments, as they will not be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002410R5118/listing.html)
- Record
- SN01979163-W 20091004/091002235308-80c1e5374f6013c1bac5839157f92438 (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 |