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
- 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 |