SOLICITATION NOTICE
K -- Support for CASS Offload OTPS'
- Notice Date
- 5/10/2012
- Notice Type
- Presolicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
- ZIP Code
- 08733-5083
- Solicitation Number
- N68335-12-R-0175
- Archive Date
- 6/8/2012
- Point of Contact
- Desiree I. Pendleton, Phone: 7323232155, Allen L Bresley, Phone: (732) 323-4068
- E-Mail Address
-
Desiree.Pendleton@navy.mil, allen.bresley@navy.mil
(Desiree.Pendleton@navy.mil, allen.bresley@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Air Warfare Center Aircraft Division Lakehurst, NJ intends to enter into negotiations on a non-competitive basis with Lockheed Martin Global Training and Logistics (LMGTL), Orlando, FL for sustainment, migration, product enhancements and engineering/technical support to CASS family of testers for Government owned Consolidated Automated Support Systems (CASS) Family Offload Operational Test Program Sets. This Support includes the following CASS Family OTPSs: RADCOM E-2C, RADCOM EA-6B, RADCOM SH-60B, CATIIID EA-6B, CATIIID E-2C, NEWTS, DTB EA- 6B, TMV SH-60B, HTS SH-60B, HTS EA-6B, and HTS F/A-18. Services for each OTPS shall include all hardware items, subcomponents, subassemblies and ancillary gear associated with each individual OTPS. Included in this support are obsolescence tracking and mitigation, as well as possible engineering investigation/logistics documentation update support. The Government intends to enter into a IDIQ contract that will allow the issuance of Cost Plus Fixed Fee and Firm Fixed Price type delivery orders. The type of tasks that will be required under the contract shall be required to include engineering/logistics support and documentation update for the following: Sustainment: The technical tasks (engineering and logistics investigations and analyses) that ensure continued operation and maintenance of the OTPS' with managed risk include: OTPS Post deployment ongoing operational data analyses; Analyses of: safety hazards, failure causes and effects, reliability and maintainability trends and operational usage profile changes; Root cause analysis of in-service problems such as: operational hazards, deficiency reports, parts obsolescence, reliability degradation; Development of required design changes to resolve operational issues (Engineering Investigations, Engineering Change Proposals, Engineering Change Notices, System Problem Reports); Product baseline support; Configuration Management support; Technology insertion, disposition and repairs; and Technical manual/order updates. Migration. This includes engineering investigations efforts for use of OTPS on other members of the CASS Family of testers; Hardware/Software Migration Planning to include studies, analyses, etc.; and Hardware/Software Prototype manufacture. Enhancements. This includes incorporation of new test techniques. Improvements such as: Reduced OTPS run times; Upgrades which include Improvements to fault detection/isolation and hardware reliability; Continuous modernization to include manufacture of prototypes of software/hardware to implement the enhancements; Preplanned product improvement; and Modification management. Support of the Integrated Product Team (IPT), programmatic technical/logistics efforts, and government technical teams. The period of performance for each delivery order will vary depending on the task, however, no delivery order will exceed the 5-year period of performance. Performance of the effort is contigent on the Navy supplying Government Furnished Equipment to an offeror. The contractor is required to gain access to all OTPS' that reside at LMGTL Orlando, FL for this effort. All of the available GFE that would be required is utilized under eCASS and CASS contracts with Lockheed Martin GTL at its Orlando, Fl location and is unavailable for use by other offerors. The Government cannot provide the contractor with the needed GFE OTPS assets, as aforementioned these items are currently being used on other Government contracts andthere are currently no available spares. The government intends to procure these services under the authority of 10 U.S.C.2304(c)(1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1, only one responsible source and no other supplies or services will satisfy the requirements. All responsible sources are encouraged to submit a proposal, which may be used by the government in determining whether or not to conduct a competitive procurement. Responses should reference N68335-12-R-0175. A determination by the government not to open the requirement to competition based on the responses to this notice is solely within the discretion of the government. No solicitations will be available for this procurement. The Government will not pay for any information received.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-12-R-0175/listing.html)
- Record
- SN02745354-W 20120512/120511000215-748ed61d6f70f38308d294b167562ac9 (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 |