Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 22, 2016 FBO #5173
SOLICITATION NOTICE

K -- Landing Craft Air Cushion (LCAC) Mission Management Software (MMS) and Bridgemaster E Radar System

Notice Date
1/20/2016
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Panama City Divison, 110 Vernon Avenue, Panama City, Florida, 32407, United States
 
ZIP Code
32407
 
Solicitation Number
N61331-16-R-0010
 
Point of Contact
Kenneth F. Longstreet, Phone: 8506366012, Otis M. Nattiel, Phone: 8502344852
 
E-Mail Address
kenneth.longstreet@navy.mil, otis.nattiel@navy.mil
(kenneth.longstreet@navy.mil, otis.nattiel@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
SYNOPSIS The Naval Surface Warfare Center, Panama City, FL (NSWC PC) intends to award a sole-source cost plus fixed fee type contract to Northrop Grumman Maritime Systems Inc., 1070 Seminole Trail, Charlottesville, VA 22901 to perform systems engineering, design modifications and analysis in support of the Landing Craft Air Cushion (LCAC) Mission Management Software (MMS) and Bridgemaster E Radar System manufactured by Northrop Grumman Marine Systems. The system contains the following parts and part numbers (P/N): Electronics Unit (P/N 65800RAVC), Turning Unit (P/N 65825LAR/X), Antenna Array (P/N 65604/A/X), cPCI Scan Converter 3 Assembly (P/N 4803893-1) and the Radar Scan Converter Card (P/N 4801034). Northrop Grumman has proprietary rights on the source code associated with the Mission Management Software (MMS) used in the LCAC's navigational software. Other commercial entities are not authorized to modify this software without written authorization from Northrop Grumman. Additionally, as the original equipment manufacturer (OEM) of the commercial equipment listed above, Northrop Grumman has unique knowledge of the hardware design and architecture required to perform modifications needed by the government. The resultant contract will be an indefinite delivery indefinite quantity (IDIQ) contract with a base period of one year and two option periods of performance. Interested parties wishing to submit a capability statement must provide electronic submittals to the Government 15 days from date of this announcement. There is no specific format or outline that submittals must follow; however, information shall be limited to a maximum of ten 8x10 printed pages. Each response must reference the announcement numerical designation and title. Submittals and questions should be directed to both Otis.Nattiel@navy.mil and Kenneth.longstreet@navy.mil. NAICS Code: 541330 and PSC: K058 apply. Small Business Size Standard is $35.5M
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2ba5b84ee05302c445ceeb84cad012a9)
 
Place of Performance
Address: 110 Vernon Ave, Panama City, Florida, 32407, United States
Zip Code: 32407
 
Record
SN03996049-W 20160122/160120234349-2ba5b84ee05302c445ceeb84cad012a9 (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.