MODIFICATION
14 -- Viability Study associated with Advanced Anti-Radiation Guided Missile
- Notice Date
- 5/2/2012
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- 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
- N0001911G0014TOM
- Archive Date
- 6/16/2012
- Point of Contact
- Brittney A. Frayser, Phone: 3017575912, Connie T Gayle, Phone: 301-757-7085
- E-Mail Address
-
brittney.frayser@navy.mil, connie.gayle@navy.mil
(brittney.frayser@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 (BOA) N00019-11-G-0014, pricing arrangement cost-plus-fixed-fee, for engineering services necessary to support a study to assess the possibility of integrating, onto the Block IV Tomahawk weapon, Advanced Anti-Radiation Guided Missile (AARGM) technologies. This viability study may include assessing production configuration impacts required for systems integration, to augment the Tomahawk with an alternative navigation system for prosecuting fixed and mobile targets. This viability study will evaluate the potential impacts to the existing weapons' architectures, and assess the risks associated with a near term employment of AARGM technology. Objectives of the engineering study are to evaluate the viability of integrating the AARGM onto a Tomahawk missile/weapon system. For the purposes of this viability study, NAVAIR intends to award this effort to Alliant Techsystems (ATK), Missile Products Group, Defense Electronic System, 21301 Burbank Blvd, Suite 100, Woodland Hills, CA 91367-6678, the sole developer, designer, and manufacturer for AARGM. ATK solely possesses the current configuration and manufacturing data for the missile and is the only known source capable of accomplishing the viability study. 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. 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/N0001911G0014TOM/listing.html)
- Place of Performance
- Address: 21301 Burbank Boulevard, Woodland Hills, California, 91367-6678, United States
- Zip Code: 91367-6678
- Zip Code: 91367-6678
- Record
- SN02737705-W 20120504/120503000303-23b162b425caaeaaf960b712e8bd5e70 (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 |