Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2012 FBO #3822
SOLICITATION NOTICE

12 -- AEGIS SITES ENGINEERING & EQUIPMENT

Notice Date
5/10/2012
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
N00024 NAVAL SEA SYSTEMS COMMAND, DC 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC
 
ZIP Code
00000
 
Solicitation Number
N0002412R5107
 
Response Due
5/24/2012
 
Archive Date
2/22/2013
 
Point of Contact
Brendan OMara 202.781.3512
 
Small Business Set-Aside
N/A
 
Description
The Navy intends to utilize other than full and open competition to award a contract to Lockheed Martin Mission Systems and Sensors (LM MS2), in Moorestown, NJ, for technical engineering and support efforts related to the operation and maintenance of the Combat Systems Engineering Development Site (CSEDS), the SPY-1A Test Facility, and the Naval Systems Computing Center (NSCC). The NSCC is comprised of: (1) the Computer Program Test Site (CPTS); (2) Program Generation Center (PGC); (3) Remote Network Facilities; (4) the Combat System Engineering and Test Center (CSETC); (5) the Theater Network Integration Center (TNIC); and (6) the Aegis Data Reduction Center (ADRC). This procurement will also provide for the continuing site maintenance and planned improvements of the sites to support Aegis Combat System (ACS) and Aegis Weapon System (AWS) upgrades to CG 47 and DDG 51 Class ships through the completion of Advanced Capability Build 12 and Technology Insertion 12 (ACB 12/TI 12), in addition to Aegis Ballistic Missile Defense (BMD) and Foreign Military Sales (FMS) requirements. The contractor will provide continuing technical engineering, configuration management, associated equipment/supplies, quality assurance, information assurance, operation, and maintenance for CSEDS, the SPY-1A Test Facility, and the NSCC, as well as continued technical engineering for those integrated facilities owned and/or operated by Lockheed Martin MS2. These facilities (also referred to collectively as the śAegis Sites ť) incorporate highly integrated, classified, real-time networks that connect numerous contractor and U.S. Government facilities required to build, integrate, test, and deliver computer code. The Aegis sites currently support all Aegis in-service capabilities, ACB 12/TI 12 development/testing, FMS requirements, and Aegis BMD requirements. The Aegis sites are required to provide the systems engineering, logistics, quality assurance, configuration management, and administrative support to assist in the development, integration, and test of the above efforts. Pursuant to 10 U.S.C. 2304(c)(1), LM MS2 is currently the only responsible source capable of fulfilling the Navy ™s requirements for continuing Aegis sites support without unacceptable delays in fulfilling the Government ™s requirements. Competition for these efforts at this time would result in unacceptable delays to the US Navy, BMD, and FMS programs, and could compromise the effectiveness and reliability of the Aegis Weapon System (AWS) and the other capabilities to be integrated under ACB 12/TI 12. LM MS2 is the only source capable of meeting these diverse requirements without introducing unacceptable delays to ACB 12/TI 12 Baseline 9 series products. In support of the ACB/TI developer and Combat System Engineering Agent (CSEA), the Aegis sites contractor will coordinate the use of the facility combat information control room, computer room layout, and switching for Aegis Combat System interconnections required to support each configuration of ship platform. The contractor will accomplish space designs/layouts and build cabling, establish facility power requirements and cooling requirements, and ensure that Government Furnished Equipment (GFE) is received, inspected, and moved to each site. The site schedules must meet each of the ACB/TI testing and validation requirements to integrate, test, and validate ACS requirements, with initial installations beginning in 2013, and support in-service and new construction baseline capabilities as part of the Aegis Weapon System. To provide test support for each ACB and TI through completion of ACB 12/TI 12, the in-service fleet, new-construction DDGs, BMD, and FMS programs, the sites contractor must have a working knowledge of each shipboard configuration required to support the specific baseline test effort, the site switching system layout and operation, and communication systems at each facility. The contractor must schedule testing based on non-conflicting equipment configurations, computer suite requirements, and display suites required to conduct each test. The contractor must be knowledgeable of the computer programs and ship configuration necessary to support each test and be able to meet the testing requirements of each configuration within a short time frame (approximately 10-15 minutes) to minimize baseline scheduled test time. It is critical to US Navy, BMD, and FMS test schedules that the operation of these sites continues uninterrupted, beginning in October 2012. Parties interested in subcontracting opportunities should contact LM MS2 directly. Note: The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the 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 solicit proposals from more than one source for performance of the contemplated 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/NAVSEA/NAVSEAHQ/N0002412R5107/listing.html)
 
Record
SN02745426-W 20120512/120511000333-de98eba5ee3db9b2dcd94d2471c9a4f6 (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.