SOLICITATION NOTICE
R -- Weapons and Systems Integration Support Services (WSISS)
- Notice Date
- 10/9/2009
- Notice Type
- Presolicitation
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- N68936 NAVAL AIR WARFARE CENTER WEAPONS DIVISION DEPT.3a 429 E. Bowen Rd. - Stop 4015 China Lake, CA
- ZIP Code
- 00000
- Solicitation Number
- N6893609R0066
- Response Due
- 10/26/2009
- Archive Date
- 10/26/2010
- Point of Contact
- Chris Thompson 760-939-2074 Lea Ann Davis, 760-939-8197
- E-Mail Address
-
Chris Thompson
(chris.thompson1@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The Naval Air Warfare Center Weapons Division (NAWCWD), intends to award a Cost-Plus-Fixed-Fee, (CPFF) Indefinite Delivery, Indefinite Quantity (IDIQ), level-of-effort (LOE) contract on a competitive basis for Weapons and Systems Integration Support Services to a single awardee.LOE under this contract will consist of a basic LOE of 2,278,000 hours and an option for an additional 455,600 hours, which can be exercised at any time during the contract performance, as well as Firm-Fixed Price line items for 20,500 hours to be used for effort where appropriate. NAWCWD is the weapons and systems integration and software support activity for all assigned aircraft Integrated Product Teams (IPTs). IPTs and Program Support Offices currently operating at the NAWCWD include the F/A 18, AV 8, AH 1, JSF, and Unmanned Systems. In addition to the aircraft named above, the contract may support any other aircraft that may be assigned to the NAWCWD in the future, any system carried by or supporting aircraft IPTs assigned to the NAWCWD, and interoperability initiatives involving supported aircraft. The mission of each IPT and Program Support Office is to provide research, development, test, evaluation, systems integration, and programmatic support for weapons systems and associated tactical computer systems embedded within or carried on their aircraft, including related systems, support equipment, and interoperability initiatives. The term "aircraft weapon system," in the context of this Performance Work Statement (PWS), is defined as weapons/trainers/sensors and targeting/mission computer/avionics systems and software, including electronic warfare (EW) systems, integrated into NAWCWD IPT supported aircraft, as well as associated pre and post flight support systems, and/or support equipment hardware and software for any of the above. The contractor shall provide the following services: research, development, test, and evaluation (RDT&E) technical support services (including full systems integration) to all present and future NAWCWD aircraft IPTs and their associated aircraft weapons and support systems (including foreign military sales (FMS) versions of each aircraft or system), and other related and/or interfacing systems, including related test laboratories and equipment. The scope of the contract includes performing related technical functions necessary to satisfactorily complete primary tasking. As directed by written, performance-based Task Orders issued by the Government, the contractor shall provide RDT&E and other technical services to NAWCWD aircraft IPTs and other NAWCWD customer Codes in the following general areas: (a) Integration of weapons, avionics, sensors and targeting systems, and system hardware and software (including system analysis, research, development, engineering, testing, test equipment design/construction/maintenance, mission simulation, and interoperability assurance);(b) Software engineering/development for aircraft computers, avionics, sensors and targeting systems, weapons systems, test laboratories and simulators, and mission and system support equipment (including Software Quality Assurance (SQA), Software Configuration Management (SCM), and Verification and Validation (V&V)); (c) IPT program level services (including special technical research, studies, Quality Assurance (QA), Configuration Management (CM), data and communications management, equipment management, and maintenance of support systems);(d) Design, construction, integration, and operation of test and simulation laboratories and flight and system trainers and/or simulators (including mission and interoperability simulations);(e) Aircraft modifications and aircraft test instrumentation and telemetry systems design, development, installation, maintenance, service, setup, and operation (including ground based telemetry systems);(f) Provide training in areas where the contractor has special/unique knowledge or expertise and in the use and/or maintenance of software and/or systems designed by the contractor. Proposal evaluation will include evaluation of the proposed option. This acquisition is a 100% Small Business set-aside under North American Industry Classification System (NAICS) code 336411, with a size standard of 1,500 employees. This acquisition is a follow-on effort to the current contract, N68936-05-D-0002. The current contract ends 31 March 2010. The period of performance for this acquisition will be 01 April 2010 through 31 March 2015. It is projected that that 90% of the work performed will be conducted in an integrated Government-Contractor Team environment, within Government work spaces, and work in accordance with Government processes (80% at China Lake and 10% at Pt Mugu). The remaining 10% of the contractor personnel shall utilize contractor facilities. A draft solicitation will be made available for review and comment by potential offerors on or about 23 October 2009 through FEDBIZOPPS. All questions and comments on the draft solicitation must be submitted by 19 November 2009 and addressed to Chris Thompson at chris.thompson1@navy.mil. All questions and comments will be considered in preparation of the final solicitation. The final solicitation will be available on or about 23 November 2009. All responsible sources may submit a proposal which shall be considered by the agency. Place of Performance: Naval Air Warfare Center Weapons Division, China Lake, CA 93555 and Pt Mugu, CA 93042
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/bdb073f7f7ed61a4859eb4f6203b51ef)
- Record
- SN01983519-W 20091011/091009234653-bdb073f7f7ed61a4859eb4f6203b51ef (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 |