SOLICITATION NOTICE
16 -- Manned/Unmanned Team (MUM) Level II
- Notice Date
- 4/30/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Aviation Applied Technology Directorate (AMCOM-CC), ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
- ZIP Code
- 23604-5577
- Solicitation Number
- W911W6-09-D-0007
- Response Due
- 5/14/2010
- Archive Date
- 7/13/2010
- Point of Contact
- Elizabeth A. Jackson, (757) 878-2100
- E-Mail Address
-
Aviation Applied Technology Directorate (AMCOM-CC)
(elizabeth.a.jackson@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Aviation Applied Technology Directorate (AATD) anticipates award of a modification to contract W911W6-09-D-0007, an Indefinite Delivery, Indefinite Quantity (IDIQ) contract with L-3 Communications, to increase the maximum value by $40,050,000 to a total value of $50,000,000. The objectives of this program are to procure engineering support services, and hardware including, but not limited to VORTEX radios associated hardware, in support of demonstration and fielding of the capability on Army and other DoD aircraft to both transmit and receive video and data from current U.S. Army UAS and VUIT-2 equipped AH-64D Apaches in the Ku, C, S, and L frequency bands. The ability to transmit and receive video on all of these frequencies in one component is a vital distinction differentiating the VORTEX radio from other available products. A flight test will be performed of the system providing level 2 control. The system must also provide the capability to transmit ownship Mast Mounted Sight (MMS) sensor video to the OSRVT operators and VUIT-2 equipped AH-64Ds. The system will display both received video and position data on the aircraft Lightweight Color Multi-Function Displays (LWCMFD). As well as viewing this data the pilot/copilot must be able to control all of the systems functionality while the aircraft is in flight. Due to size and space limitations of the aircraft, the system must occupy a minimal size and weight footprint. The system must be compatible with OSRVT software to ensure commonality with all U.S. Army UAS, VUIT-2 Apaches, and OSRVTs. The contract will support projects to demonstrate and provide the capability to other Army or DoD aircraft. The increase in the ceiling will allow continued support to demonstrations and fielding of this capability on various Army and other DoD aircraft. A sole source award per 10 U.S.C. 2304 ( c) (1) and FAR 6.302-1; Only one responsible source and no other supplies or services will satisfy agency requirements. AATD Orders will be issued on a cost plus fixed fee (CPFF) or firm fixed price (FFP) basis. L3 Communications is deemed to be the only responsible source uniquely capable of meeting this requirement without a substantial duplication of cost and schedule. The development of these systems to provide the same functionality within a single component would require duplication of cost and take significant additional time and delay implementation of this critical capability that reduces operational risk to aircraft and Soldiers. Market research has identified L3 Communications as the only manufacturer with knowledge, experience and as the original designer and manufacturer of the VORTEX system. L3 Communications has sole access to the technical specification, the design an intellectual property to the VORTEX system equipment. Alpha contract negotiations, appropriate for sole source requirements, will be limited to L3 Communications. The contract terms and conditions will be developed jointly between the Government and L3 Communications consistent with alpha contracting procedures in accordance with the FAR. The ordering period for this IDIQ is sixty (60) months. The North American Industry Classification System (NAICS) is 541330. While the Government does not anticipate competition, any responsible source may submit a proposal that shall be considered. Written proposals should be submitted no later than May 14, 2010 at 12:00 p.m. EDT to U S Army Contracting Command, AMCOM Contracting Center, AATD, ATTN: CCAM-RDT Beth Jackson, Bldg. 401 Lee Blvd., Fort Eustis, Virginia 23604-5577. Ms. Jacksons phone number is 757-878-2100. Anyone desiring an explanation or interpretation of this announcement must request it in writing at the above address, fax 757-878-0008 or Email elizabeth.a.jackson@us.army.mil. Contracting Officer is Linda Diedrich who can be reached at 757-878-4828 or linda.diedrich@us.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/729528deaa15bbd6f87292ad18226d03)
- Place of Performance
- Address: Aviation Applied Technology Directorate (AMCOM-CC) ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard Fort Eustis VA
- Zip Code: 23604-5577
- Zip Code: 23604-5577
- Record
- SN02138117-W 20100502/100501000305-729528deaa15bbd6f87292ad18226d03 (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 |