SOLICITATION NOTICE
16 -- The purchase of Non-Recurring engineering for the development of requirement changes to the AN/ASX-4 and AN/ASX-6 Electro Optical/Infrared (EO/IR) system for the P-3
- Notice Date
- 11/30/2009
- Notice Type
- Presolicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- WESCAMNREMX20
- Point of Contact
- Robert E Myers, Phone: 301-757-2616
- E-Mail Address
-
rob.myers@navy.mil
(rob.myers@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Air Warfare Center Aircraft Division requires the purchase of Non-Recurring engineering for the development of requirement changes to the AN/ASX-4 and AN/ASX-6 Electro Optical/Infrared (EO/IR) system for the P-3 which includes testing and resolution of performance test. L-3 WESCAM is the original Equipment Manufacturer (OEM) of the ASX-6 Multi-Mode Imagining System that supports requirements of the PMA-290 Critical Obsolescence Program (COP). L-3 Wescam is also the designer, developer, manufacturer, and has sole possession and proprietary rights to all data, drawings, and specifications required to supply these products and related services. As the sole designer, developer, and OEM, L-3 Wescam is therefore the only company that has the ability, resources, technology and documentation necessary to modify, develop, produce, maintain, and support these system. This 5 year requirement will be procured through a sole source contract with Wescam Inc. 649 North Service Road W. Burlington, ON, Canada L7P 5B9 who is the only known qualified and responsible source. Federal Acquisition Regulations (FAR) 6.302-1, "... only one responsible source." Potential contracts may include options to allow for the procurement of additional requirements. All responsible sources may submit a capability statement by the closing time of this synopsis that will be technically evaluated to determine eligibility for submission of proposals. Capability Statements shall include the following information: (1) documentation that all contractor employees possess at a minimum a security clearance classification of secret, (2) demonstrate the ability to develop change kits and software for the AN/ASX-4 and AN/ASX-6 Electro Optical/Infrared (EO/IR) system for the P-3 to include testing and resolution of performance test. (3) prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organizations supported, indication of whether a prime or a subcontractor, contract values, Government Point of Contact (POC) with current telephone number, a brief description of how the contract referenced relates to the effort described herein; (4) company profile to include number of employees, annual revenue history, office location(s) and Data Universal Numbering System (DUNS) number; (5) resources available such as corporate management, currently employed personnel to be assigned tasks under this effort, and manufacturing capacity and capability and (6) provide documentation of the company's ability to begin performance upon contract award projected in April 2010. See Number Note: 22
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/WESCAMNREMX20/listing.html)
- Place of Performance
- Address: Wescam Inc. 649 North Service Road W. Burlington, ON, Canada L7P 5B9, Canada
- Record
- SN02013047-W 20091202/091130234837-eeb6242a804c16f6aa8aa96ef0856623 (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 |