Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 08, 2012 FBO #3728
SOLICITATION NOTICE

14 -- Tomahawk Block IV System Viabililty Study to Assess Production Configuration Impacts from Long Term System Obsolescence

Notice Date
2/6/2012
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N0001910G0006VIAB
 
Archive Date
3/21/2012
 
Point of Contact
Kathryn L Volpe, Phone: 301-757-5929, Connie T Gayle, Phone: 301-757-7085
 
E-Mail Address
kathryn.volpe@navy.mil, connie.gayle@navy.mil
(kathryn.volpe@navy.mil, connie.gayle@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Systems Command intends to negotiate and award a sole source order under Basic Ordering Agreement N00019-10-G-0006, pricing arrangement cost plus-fixed-fee, for Tomahawk Block IV systems viability study to assess production configuration impacts from long term system obsolescence and alternative navigation systems to prosecute fixed and mobile targets. The Contractor is to complete a systems engineering and viability study assessing the potential impacts to the BLK IV production configuration that will result from long term Tactical Weapons System component and system of systems obsolescence, as well as mitigating the risk of the BLK IV missile's high reliance upon GPS/DSMAC aided navigation. To ensure the BLK IV system remains viable through the systems's projected life cycle, this viability study will evaluate potential impacts to the existing/production architecture, and assess the near term producibility. The objectives of the system study are to evaluate subsystem obsolescence needs, assess alternatives for these subsystems and prepare a list of preliminary requirements for the continued capability to prosecute fixed and mobile targets, in an evolving and hostile threat environment. The end state deliverable for this tasking shall provide the Government a hardware/software subsystem functional requirements allocation schema that shall enable the long term viability of the Block IV weapon system and minimize the impacts to the current as-built as-maintained production configuration. For the purposes of this viability study NAVAIR intends to award this effort to Raytheon Missile Systems, P.O. Box 11337, Bldg 9022 M/S K1, Tucson, AZ 85734-1337. Since 1994, RMS has been the sole developer, designer, and manufacturer for theTomahawk Weapons Systems (TWS). RMS solely possesses the current configuration and manufacturing data for the Tomahawk BLK IV missile Since 1998, Raytheon has been the sole developer, designer, and manufacturer of the Tactical Tomahawk Missile. Raytheon solely possesses the current configuration technical data packages for the BLK IV Tomahawk Missile. Raytheon currently manages the key requirements, interface, integration, and verification documents for the Tomahawk Weapons System. The viability study will require extensive knowledge of the weapons systems integration with the Tomahawk BLK IVMissile. The study requires specific engineering design data for the mechanical, electrical, and functional interfaces. The systems/subsystems interfaces will include weight and balance, guidance and control, executive computer control software, and satellite data terminal, among others. Because a detailed knowledge of the Tomahawk BLK IV Missile is required to perform the services to assess production configuration impacts from long term system obsolescence, Raytheon is the only known source capable of accomplishing the viability study in the required timeframe without significant duplication of cost. All responsible sources may submit a capability statement, proposal, or quotation for consideration. The authority permitting other than full and open competition is Title 10, U.S. Code 2304(c)(1), as implemented by Federal Acquisition Regulation 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. • 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 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 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N0001910G0006VIAB/listing.html)
 
Place of Performance
Address: Raytheon Missile Systems, Tucson, Arizona, 85734-1337, United States
Zip Code: 85734-1337
 
Record
SN02668495-W 20120208/120206234554-8ddecdd9803809b77c647890559f90d6 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.