SOLICITATION NOTICE
R -- Software Development Services - Integrated Topside Software Support
- Notice Date
- 3/5/2010
- Notice Type
- Presolicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, District of Columbia, 20375
- ZIP Code
- 20375
- Solicitation Number
- N00173-10-R-GA02
- Archive Date
- 2/25/2011
- Point of Contact
- Grace A. Pennington, Phone: 2027670682
- E-Mail Address
-
grace.pennington@nrl.navy.mil
(grace.pennington@nrl.navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The Naval Research Laboratory (NRL) intends to solicit proposals in support of software development services for Multifunction Electronic Warfare (MFEW) Advanced Demonstrator Model (ADM) integration with Advanced Multifunction RF Concept (AMRFC) test-bed, AMRFC test-bed software development and support, and Integrated Topside (InTop) program support. Information required for this pre-solicitation notice is available at http://heron.nrl.navy.mil/contracts/10GA02.HTM. The Naval Research Laboratory and the Office of Naval Research desire to transition software, technology and concepts developed as part of the AMRFC and MFEW programs for use in the InTop program. These programs demonstrated that multiple disparate RF functions (such as electronic warfare, radar, and communications) could be implemented with a common set of RF apertures and subsystems. The proposed contract is a follow-on to contract N00173-06-C-2057. The software to be transitioned includes core infrastructure, resource allocation management, electronic warfare, radar, communications, and utility software. This software will be a common component of several multifunction RF systems that will be developed as part of the InTop program and will provide a framework for integrating these systems together and dynamically allocating their resources to multiple functions such as radar, electronic warfare and communications. Additionally, ongoing engineering support will be required by NRL to further refine these concepts, develop new capabilities, and maintain the AMRFC test-bed and related software. The proposed contract is a 100 percent Small Business Set-Aside. All responsible sources may submit a proposal which shall be considered by the agency. It is anticipated that only one award will result from the solicitation. At the time of proposal, the contractor must provide proof of personnel security clearances commensurate with the level of access required for performance of the contract. The Government does not intend to use FAR Part 12, Acquisition of Commercial Items. The Government anticipates award of a Cost-Plus-Fixed-Fee (CPFF) contract. The duration of the contract period is anticipated to include a base year with four (4) options, extending the contract twelve (12) months each, if exercised. This is not a solicitation. The actual closing date for receipt of proposals will be stated in the solicitation when issued. The Contract Specialist must receive any questions concerning the solicitation no later than ten (10) business days before the closing date of the solicitation. All Electronic and Information Technology (EIT) supplies and services provided under any resultant contract must comply with the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR part 1194 (see FAR Subpart 39.2). Electronic and information technology (EIT) is defined at FAR 2.101. NRL uses Electronic Commerce (EC) to issue Requests for Proposals (RFPs) and amendments to RFPs. Paper copies of the RFP will not be provided. Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). The U.S. Postal Service continues to irradiate letters, flats, Express and Priority Mail with stamps for postage and other packages with stamps for postage destined to Government agencies in the ZIP Code ranges 202 through 205. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/conotracts/rfplist.htm.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/ONR/N00173/N00173-10-R-GA02/listing.html)
- Place of Performance
- Address: Contractor facility., United States
- Record
- SN02084324-W 20100307/100305235406-2db38e8dc77d3c52951c4f3faa12afd0 (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 |