Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2012 FBO #3926
SOLICITATION NOTICE

59 -- 1) C-2A JPALS System Requirements Review (SRR1) Event and Support for Multi-Platform Avionics (MPA); 2) C-2A Modification, Test and Integration of Four Capability Defect Package (CDP)

Notice Date
8/22/2012
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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
N00019-11-G-0018-0009
 
Archive Date
9/20/2012
 
Point of Contact
Amy Lankford, Phone: 3013423102
 
E-Mail Address
amy.lankford@navy.mil
(amy.lankford@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Systems Command (NAVAIR) intends to award a new Delivery Order under Basic Ordering Agreement Contract number N00019-11-G-0018 to Rockwell Collins Government Systems (RCGS), Inc. of Cedar Rapids, Iowa to prepare for and execute the C-2A Joint Precision Approach and Landing System (JPALS) System Requirements Review (SRR1) event and to participate in and provide C-2A specific support for the JPALS Multi-Platform Avionics (MPA) effort. This new Delivery Order effort shall also include the modification, test, and integration of four (4) C-2A Capability Defect Packages (CDPs), to include Blue and Red Label Operational Flight Programs (OFPs). Additionally, this effort covers the following JPALS work requirements: JPALS FY13 Requirements Management and Support; JPALS C-2A Platform CDU-7000 Synergy Opportunities White Paper (Option). The new Delivery Order will be awarded on a sole source basis to Rockwell Collins Government Systems under the authority of 10 U.S.C. 2304 (c) (1), as implemented by the Federal Acquisition Regulation (FAR) 6.302-1, "only one responsible source and no other supplies or services will satisfy agency requirements." As the designer, developer, and OEM for the C-2A CNS/ATM aircraft cockpit, RCGS is the only company that has the ability, resources, technology, and documentation necessary to modify, develop, produce, maintain, and support these systems. The Navy intends to order the services as a new Delivery Order against the subject contract. The terms and conditions of the subject contract apply to this requirement. The estimated period of performance is twelve (12) months beginning after the Delivery Order is awarded.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-11-G-0018-0009/listing.html)
 
Place of Performance
Address: Rockwell Collins Government Systems, 400 Collins Road NE, Cedar Rapids, Iowa, 52498, United States
Zip Code: 52498
 
Record
SN02850307-W 20120824/120823000629-19b64f7259b94e7bb875b79d2cda774f (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.