Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 17, 2018 FBO #6172
SOURCES SOUGHT

10 -- Sources Sought for AEGIS In-Service Software Maintenance

Notice Date
10/15/2018
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NAVSEA HQ, SEA 02, 1333 Isaac Hull Avenue SE, Washington Navy Yard, District of Columbia, 20376, United States
 
ZIP Code
20376
 
Solicitation Number
N00024-19-R-5103
 
Archive Date
11/13/2018
 
Point of Contact
Akansha Anand, Phone: 2027813837, Erin Anderson, Phone: 2027812981
 
E-Mail Address
akansha.anand@navy.mil, erin.anderson1@navy.mil
(akansha.anand@navy.mil, erin.anderson1@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This sources sought is being issued by the Department of the Navy, Naval Sea Systems Command (NAVSEA), on behalf of the Program Executive Office (PEO) Integrated Warfare Systems (IWS) 1.0. This sources sought is being issued in accordance with DFARS PGI 206.302-1(d), which requires the issuance of a sources sought prior to issuing a solicitation on an other than full and open basis in accordance with FAR 6.302-1. NAVSEA has a requirement to procure engineering services associated with software sustainment, maintenance, and upgrades for in-service AEGIS ships. Prior to issuing a solicitation that only one responsible source and no other supplies or services will satisfy agency requirements, NAVSEA is seeking information regarding potential sources that are capable of performing software sustainment, maintenance, and upgrades related to MIL-STD equipment, COTS equipment, and software fielded on AEGIS cruisers and destroyers, namely AEGIS Baseline 5 and 7. These efforts will provide continued software support and maintenance until the ships enter either the AEGIS Modernization or ship's decommission cycle. Potential sources must show the ability to provide combat system software engineering and software updates installed on MIL-STD computers and legacy Commercial-off-the-Shelf equipment procured prior to 2006. Potential sources must have in depth knowledge of Baseline 5 and 7 AEGIS system requirements, software languages, and equipment design. The Government will not provide Government Furnished Equipment. The Government will provide a Technical Data Package (TDP) for each baseline consisting of specifications, source code, open defects and other related documentation. Other than the TDP, the Government will provide no further Government Furnished Information. This notice is for market research purposes only and does NOT constitute a Request for Proposal. This notice shall not be construed as a contract, a promise to contract, or as a commitment of any kind by the Government. The Government is NOT seeking or accepting unsolicited proposals. This sources sought notice is issued solely for conducting market research in accordance with FAR Part 10 and gathering information for planning purposes. The Government will not reimburse companies for submitting responses to this notice. Sources sought responses shall be 10 pages or less, 1 inch margins, single-sided, with 12 point Times New Roman font or larger. Industry shall possess a facility security clearance level of Top Secret. (TS). A cover page for the response shall be included. The cover page shall include the company name, address, CAGE Code, and points of contact (names, email, and telephone numbers) at a minimum. The cover page is not considered in the total page count. SUBMISSION OF RESPONSES: NAVSEA will accept only electronic unclassified submission of responses. Responses shall be sent to Ms. Akansha Anand at akansha.anand@navy.mil with the subject line "AEGIS In-Service Software Maintenance." All responses shall be unclassified and shall be submitted by 5:00 PM Eastern Standard Time, 29 October 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-19-R-5103/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN05124234-W 20181017/181015230901-eb6cafcc6565baf4832a585b1210fab1 (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.