Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 19, 2014 FBO #4529
SOLICITATION NOTICE

70 -- SIREN M570X V4.0 software

Notice Date
4/17/2014
 
Notice Type
Presolicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-14-R-0024
 
Archive Date
5/16/2014
 
Point of Contact
Cody Owens, Phone: 315-330-2921
 
E-Mail Address
cody.owens.4@us.af.mil
(cody.owens.4@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Notice of Proposed Contract Action under FAR Part 15 Contracting by Negotiation and Other Than Full and Open Competition (FAR 6.302-1). This notice is for information only; a solicitation will not be issued. THIS IS NOT A REQUEST FOR PROPOSAL. The associated North American Industry Classification System (NAICS) code is 511210 with a size standard of $35,500,000.00 average annual revenue. AFRL requires the purchase of three (3) copies of SIREN M570X V4.0 software and user interface suites to upgrade three S2B systems. The new version of this software integrates new functionality within the S2B system, to include geolocation features, ease-of-use features, and a TCH mode. These upgrades will be provided as software/firmware updates of the SIREN M570X system and will require no modifications to the SIREN M570X hardware. However, the upgrades require detailed coupling with the existing hardware. Although both the embedded system and laptop software will be modified in this effort, V4.0 of the software will be provided as an enhancement to the previous software release and will preserve the previous modes. The deliverables for this effort will be three (3) perpetual copies of the enhanced SIREN M570X software version and an updated user manual. Required Capabilities: SIREN M570X V4.0 Software - Updates both firmware and software on Government owned S2B systems - Includes V4.0 users' manual - Preserves all current V3.0 software functionality - Integrates TCH mode, providing user-specified interest search capability, to include geolocation via SMITE software - Updates both firmware and software on Government owned (and provided) S2B systems - Integrates user interface commands with all graphical user interface (GUI) software components - Provides amplifier control modes - Highlights user-defined targets on approach - Adds functionality to alert to past user-defined interests if observed again - Adds display of current system transmit profile and operation functions The Government intends to negotiate a sole-source contract for the upgrade of these systems. The identified sole-source provider/producer of this software is as follows: Raytheon Applied Signal Technology 460 West California Ave Sunnyvale, CA 94086 Through market research, the Government has determined no other company has a solution for this requirement, nor the ability to develop a solution, as the software and firmware are based on detailed knowledge of the S2B system and Intellectual Property owned by Raytheon. As Raytheon was the original developer of the S2B system, they are the only company with the knowledge and capability to provide these upgrades. It would be necessary for a competing offeror to build the software/firmware from the ground-up to include all current functionality and then the upgraded functionality, which would result in both duplicative costs already incurred and increased time. This is a notice of proposed contract action and not a request for competitive proposals. However, all responsible sources may submit a capability statement or proposal, which shall be considered by the agency. All inquiries should be sent by email to Cody.Owens.4@us.af.mil. Responses to this notice must be submitted by the date/time listed on the notice. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government.. Responses received will be evaluated; however a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. The Government anticipates an award date on or before 30 May 2014. A Sole Source Justification will be attached to the subsequent Notice of Award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-14-R-0024/listing.html)
 
Place of Performance
Address: Department of the Air Force, Air Force Materiel Command, AFRL – Rome Research Site, AFRL/Information Directorate, Rome, New York, 13441, United States
Zip Code: 13441
 
Record
SN03341773-W 20140419/140417235244-8d31650c7c7bb7a18cad2aeebc21829e (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.