SOLICITATION NOTICE
A -- Research and Development in EO and IR for Advanced Reconnaissance (ISR) and Electronic Warfare (EW) Prototypes for Navy/Marine Corps Tactical Aircraft
- Notice Date
- 4/23/2014
- Notice Type
- Presolicitation
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of the Navy, Office of Naval Research, Naval Research Laboratory/STENNIS, John C. Stennis Space Center, Building 1008, RM 217, Stennis Space Center, Mississippi, 39529-5004, United States
- ZIP Code
- 39529-5004
- Solicitation Number
- N00173-14-R-SE02
- Archive Date
- 4/23/2015
- Point of Contact
- Eric J Sogard, Phone: 228-688-5980, Carol Parnell, Phone: 202-767-2372
- E-Mail Address
-
eric.sogard@nrlssc.navy.mil, carol.parnell@nrl.navy.mil
(eric.sogard@nrlssc.navy.mil, carol.parnell@nrl.navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The Naval Research Laboratory has a requirement for research and development for advanced ISR and EW Systems for Navy/Marine Corps Tactical Aircraft. Vision statement: Maintain world class leadership position in research, development, and exploitation of new and advanced optical technologies in solving Navy tactical aircraft self-protection and situation awareness problems. Scope: The purpose of this contract is to provide personnel to perform research, development, and test of improvements to EW and ISR systems such as AAR-47 Missile Warning System (MWS), AAQ-24 Directional IR Countermeasures (DIRCM), TADIRCM, and DoN Large Aircraft Countermeasures (LAIRCM) and Shared Reconnaissance Pod (SHARP), ANGEL Fire, and DB-WAPSS, respectively, and new VIS/EO/IR ISR systems for the Optical Sciences Division (NRL Code 5600) in the areas described below: •Alternatives Analysis (AA) Assessment of VIS/EO/IR Component Technology Capabilities for Improving EW and ISR Systems •VIS/EO/IR Component Technology Capabilities Verification/Validation for EW and ISR Systems •Develop, Test and Evaluate Prototype VIS/EO/IR Systems/Components •Navy/DoDAF Acquisition Management and Program Support Efforts in support of the tasks delineated in Section 3, Technical Requirements, of the Statement of Work will be conducted in coordination with Principal Investigator (PI) led research team(s) that may include Government scientists and other Contractors. Contractor personnel performing work under this contract must have the appropriate security clearance for the work assigned, up to SECRET, at time of the proposal submission, and must maintain the level of security required for the life of the contract. The specific security requirements are set forth in solicitation. The solicitation and a detailed statement of work, personnel qualifications and other supporting information including contract data requirements will be posted approximately 15 days from the posting of this notice. Based on a survey of the market, the government has determined that the services to be acquired do not meet the definition of a commercial item. Therefore, the government does not intend to use the procedures as outlined in FAR Part 12 for this acquisition. It is anticipated that a Cost Plus Fixed-Fee - Term type contract with a base 12-month period of performance and (4) four 12-month option years will be awarded as a result of the solicitation. The current contract, N00173-10-C-2011, was awarded to Tekla Research Inc. NRL uses Electronic Commerce (EC) to issue Requests for Proposals (RFPs) and amendments to RFPs. Paper copies of the RFP will not be provided. The actual closing date for proposals will be stated in the solicitation when issued. This solicitation is issued as a 100% small business set-aside. All responsible sources may submit a bid, proposal, or quotation, which shall be considered by the agency. Other business opportunities for NRL are available at our website: http://heron.nrl.navy.mil/rfplist.htm.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/ONR/Code3235/N00173-14-R-SE02/listing.html)
- Record
- SN03346172-W 20140425/140423234741-8f3a497c68705b0eb78d1b4e7224254e (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 |