SOLICITATION NOTICE
16 -- F/A-18 and EA-18G System Configuration Set (SCS)
- Notice Date
- 12/17/2015
- Notice Type
- Presolicitation
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division Dept. 1, Commander, NAWCWD, Code 210000D, 429 E. Bowen Rd - Stop 4015, China Lake, California, 93555-6108, United States
- ZIP Code
- 93555-6108
- Solicitation Number
- N6893615R0072
- Archive Date
- 1/6/2017
- Point of Contact
- Thomas Vitale, Phone: 760-939-1603, Leann Davis, Phone: 760-939-8197
- E-Mail Address
-
thomas.vitale@navy.mil, leaann.davis@navy.mil
(thomas.vitale@navy.mil, leaann.davis@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Air Warfare Center Weapons Division (NAWCWD) China Lake, Ca intends to award an Indefinite Delivery Indefinite Quantity (IDIQ) cost plus incentive fee, cost plus fixed fee, and a firm fixed price contract using other than full and open competition to The Boeing Company, 6200 JS McDonnell Blvd., St. Louis, MO 63134. The contract ordering period is estimated to be five years. The proposed contract will provide technical products and support for the F/A-18 and E/A-18G aircraft. The contract will provide for System Improvement and Demonstration Products with a minimum of one each and a maximum of 11 each. System Improvement and Demonstration Products include proposed prototypes, pre-production products, support equipment enhancements, simulations and models of weapons systems, obsolete parts replacements, improved processors, and technology demonstrations. The proposed contract will also provide approximately 1.8 million hours for F/A-18 System Configuration Set (SCS) lifecycle support. The SCS lifecycle includes requirements definition, design, development, verification, validation, Operational Test and Fleet Use. An SCS is a combination of software and hardware configuration items (CIs) that are integrated into a previously deployed baseline configuration and are delivered to the Fleet as highly integrated software and hardware packages. Additionally, the proposed contract will provide system engineering laboratory enhancements, F/A-18 roadmap integration items, and non-recurring engineering change proposals (ECPs) to include hardware/software modifications, test benches, laboratory Weapons Replaceable Assemblies (WRAs), Software Models, and Studies and Analysis. Deliveries will be made freight on board (FOB) destination. Delivery schedules will be identified within individual orders. The place of performance is primarly the contractor's facility. Other locations include China Lake, CA. The Boeing Company is the prime manufacturer of the F/A-18 and EA-18G weapons system for over 35 years, and is the sole repository of the engineering design and software development expertise for all tactical software and integration of the avionics to the aircraft weapon system. As the sole designer, developer, integrator, manufacturer, and supplier of all variants of F/A-18 and EA-18G aircraft, Boeing is the only source that has the unique combination of airframe and weapons system integration knowledge needed to perform the required mission support in order to meet fleet needs. Only Boeing can ensure compatibility between software and aircraft systems due to the ongoing changes, upgrades, and system enhancements that are being made to production aircraft. The solicitation will be posted to the FEDBIZOPPS website at http://www.fbo.gov. The expected award date will be on or about June 2018. All responsible sources may submit a written proposal which shall be considered by the Agency. The notice is not a request for competitive proposals; however, any firm believing they can fulfill the requirement may submit a written response which shall be considered by the Agency. The written responses shall reference solicitation N6893615R0072 and clearly show the firm's capability, background, experience, and assets necessary to meet the requirement without compromising the quality, accuracy, reliability, and delivery of the product and without substantial duplication of cost to the Government. All responses shall be submitted in writing to the Naval Air Warfare Center Weapons Division, Code 254110D, Attn: Thomas Vitale at thomas.vitale@navy.mil, Jessica Rodriguez at jessica.r.rodriguez1@navy.mil, and Lea Ann Davis at leaann.davis@navy.mil, 429 E. Bowen Road Mail Stop 4015, China Lake, ca 93555-6108.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68936D1/N6893615R0072/listing.html)
- Record
- SN03972163-W 20151219/151217234717-ba0af24726711eb0009796f865720fbc (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 |