Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 28, 2019 FBO #6516
SOLICITATION NOTICE

16 -- P-8A ABA, NSC, AMG and Acoustics

Notice Date
9/26/2019
 
Notice Type
Presolicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00019-19-RFPREQ-PMA-290-0836PS
 
Archive Date
10/26/2019
 
Point of Contact
Shantora Bennett, , Scott Segesdy,
 
E-Mail Address
SHANTORA.L.BENNETT1@NAVY.MIL, scott.segesdy@navy.mil
(SHANTORA.L.BENNETT1@NAVY.MIL, scott.segesdy@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Systems Command (NAVAIR) intends to award a contract action to Lockheed Martin, Manassas, VA, on an other than full and open basis procuring engineering services to provide analysis, design, implementation, prototyping, integration, and testing of software in support of the P-8A aircraft as part of Increment 3. This aircraft software development effort is for the continued software and hardware technology enhancements of the Applications Based Architecture (ABA) and Network Storage Controller (NSC) software, ABA system performance improvements, support of emergent End of Life issues, rapid prototyping on the acoustics system and development of the ABA based Aircraft Media Gateway (AMG). The planned period of performance is from 2nd Quarter of Government FY20 to 2nd Quarter of Government FY21. The effort shall be procured pursuant to 10 U.S.C. 2304 (c)(1) and FAR 6.302-1, "Only One Responsible Source and No Other Type of Supplies or Services will Satisfy Agency Requirements." The ABA software infrastructure is based on the Lockheed Martin design. It has been modified and re-architected to accommodate emerging P-8A Increment 3 program requirements and to adapt to hardware constraints. The AMG solution developed by Lockheed Martin is directly based on the ABA design. The Network Storage Controller software is a Lockheed Martin solution to manage the storage requirements for the P-8A Increment 3 Block 2 system. The P-8A acoustics system interfaces with the Lockheed Martin ABA components. Intimate knowledge of and expertise with the ABA, the AMG, the NSC, and the acoustics system are required in order to meet milestones associated with ongoing and planned P-8A Increment 3 integration efforts. Lockheed Martin is the only source with the requisite knowledge, experience, and technical expertise necessary to furnish the contemplated supplies and services in a timely manner. Any interested party must have the knowledge, experience, and technical expertise necessary to accomplish this effort within schedule requirements. Any respondent must also submit a Capability Statement to demonstrate respondent's ability to perform to the Government's needs. Only Capability Statements received on or before the Response Date indicated in this Notice will be considered by the Government. A determination by the Government not to compete this proposed contract action based upon responses to this Notice is solely within the discretion of the Government. Capability Statements received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Capability Statements submitted should be pertinent and specific in the technical/management/business area under consideration, on each of the following qualifications. (1) Small/Large Business Status: A company profile to include number of employees, annual revenue history, office location(s), DUNS Number, CAGE Code, and a statement regarding current small/large business status. (2) Execution: A description of the approach for performing under the planned contract action estimated to be awarded in March 2020. In particular, the approach needs to address how the interested party will perform/meet requirements in light of the following information: The ABA software infrastructure is based on the Lockheed Martin design. It has been modified and re-architected to accommodate emerging P-8A Increment 3 program requirements and to adapt to hardware constraints. The AMG solution developed by Lockheed Martin is directly based on the ABA design. The Network Storage Controller software is a Lockheed Martin solution to manage the storage requirements for the P-8A Increment 3 Block 2 system. The P-8A acoustics system interfaces with the Lockheed Martin ABA components. Intimate knowledge of and expertise with the ABA, the AMG, the NSC, and the acoustics system are required in order to meet milestones associated with ongoing and planned P-8A Increment 3 integration efforts. If a small business, provide a description of the plan for ensuring that the small business performs at least 50% of the work itself in terms of cost of performance. (3) Experience: An outline of previous relevant projects, specific relevant work previously performed or being performed. This section needs to include experience related to the four aforementioned systems: the ABA, the AMG, the NSC, and the acoustics system. (4) Personnel: Name, professional qualifications and specific experience of key personnel (e.g., program manager(s), project manager(s), technical lead(s), etc. This section needs to include not only professional qualifications but also specific experience of key personnel related to the four aforementioned systems: the ABA, the AMG, the NSC, and the acoustics system. (5) Any other specific and pertinent information as pertains to this particular area of procurement that would enhance our consideration and evaluation of the Capability Statement. Interested parties are advised against submitting a Capability Statement that merely mimics information in this Notice, provides brochure-like information, or provides general information. Responses to this Notice are not to exceed 20 pages in length on 8.5 x 11 inch paper with one inch margins and font no smaller than 10 point Times New Roman. The Government requests that respondents deliver responses electronically via e-mail in Microsoft Word or PDF format with proper data markings for unclassified and proprietary information no later than the Response Date indicated in this Notice. Classified material SHALL NOT be submitted. All submissions should include this Sources Sought Notice Reference Number, company name, company address, CAGE code, DUNS number, and a point-of-contact who is able to discuss the Capability Statement submitted. Point-of-contact information should include name, position, phone number, and email address. Acknowledgement of receipt will be provided. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR 15.207. All submissions must be clearly marked with the following caption: For Official Use Only, Releasable to Government Agencies for Evaluation Purposes Only. Responses that fail to comply with the above instructions or present ideas not pertinent to subject, may not be reviewed. All information received in response to this Notice that is marked proprietary will be handled accordingly. Information submitted in response to this Notice is submitted at no cost to the Government and will not be returned. The Government is under no obligation to provide responses or comments to information received from interested persons, but may request additional information following review. Note: If the interested person is a foreign concern or if a U.S. interested person has a team member or partner who is a foreign entity, adherence to all International Traffic and Arms Regulations (ITAR) is required. Responses to this Notice shall be sent via e-mail to Shantora Bennett at shantora.l.bennett1@navy.mil and Scott Segesdy at scott.segesdy@navy.mil. Responses transmitted by any other means (e.g., by telephone, telefax, mail, etc.), other than those transmitted by e-mail to Shantora Bennett and Scott Segesdy, will not be considered. This synopsis is for informational purposes only. This notice of intent is not a request for competitive proposals. Companies interested in subcontracting opportunities should contact Lockheed Martin directly via Michelle Allison at (703) 367-4509 and michelle.allison@lmco.com. he Naval Air Systems Command (NAVAIR) intends to award a contract action to Lockheed Martin, Manassas, VA, on an other than full and open basis procuring engineering services to provide analysis, design, implementation, prototyping, integration, and testing of software in support of the P-8A aircraft as part of Increment 3. This aircraft software development effort is for the continued software and hardware technology enhancements of the Applications Based Architecture (ABA) and Network Storage Controller (NSC) software, ABA system performance improvements, support of emergent End of Life issues, rapid prototyping on the acoustics system and development of the ABA based Aircraft Media Gateway (AMG). The planned period of performance is from 2nd Quarter of Government FY20 to 2nd Quarter of Government FY21. The effort shall be procured pursuant to 10 U.S.C. 2304 (c)(1) and FAR 6.302-1, "Only One Responsible Source and No Other Type of Supplies or Services will Satisfy Agency Requirements." The ABA software infrastructure is based on the Lockheed Martin design. It has been modified and re-architected to accommodate emerging P-8A Increment 3 program requirements and to adapt to hardware constraints. The AMG solution developed by Lockheed Martin is directly based on the ABA design. The Network Storage Controller software is a Lockheed Martin solution to manage the storage requirements for the P-8A Increment 3 Block 2 system. The P-8A acoustics system interfaces with the Lockheed Martin ABA components. Intimate knowledge of and expertise with the ABA, the AMG, the NSC, and the acoustics system are required in order to meet milestones associated with ongoing and planned P-8A Increment 3 integration efforts. Lockheed Martin is the only source with the requisite knowledge, experience, and technical expertise necessary to furnish the contemplated supplies and services in a timely manner. Any interested party must have the knowledge, experience, and technical expertise necessary to accomplish this effort within schedule requirements. Any respondent must also submit a Capability Statement to demonstrate respondent's ability to perform to the Government's needs within the required response time. Only Capability Statements received on or before this Notice's closing date will be considered by the Government. A determination by the Government not to compete this proposed contract action based upon responses to this Notice is solely within the discretion of the Government. Capability Statements received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Capability Statements submitted should be pertinent and specific in the technical/management/business area under consideration, on each of the following qualifications. (1) Small/Large Business Status: A company profile to include number of employees, annual revenue history, office location(s), DUNS Number, CAGE Code, and a statement regarding current small/large business status. (2) Execution: A description of the approach for performing under the planned contract action estimated to be awarded in March 2020. In particular, the approach needs to address how the interested party will perform/meet requirements in light of the following information: The ABA software infrastructure is based on the Lockheed Martin design. It has been modified and re-architected to accommodate emerging P-8A Increment 3 program requirements and to adapt to hardware constraints. The AMG solution developed by Lockheed Martin is directly based on the ABA design. The Network Storage Controller software is a Lockheed Martin solution to manage the storage requirements for the P-8A Increment 3 Block 2 system. The P-8A acoustics system interfaces with the Lockheed Martin ABA components. Intimate knowledge of and expertise with the ABA, the AMG, the NSC, and the acoustics system are required in order to meet milestones associated with ongoing and planned P-8A Increment 3 integration efforts. If a small business, provide a description of the plan for ensuring that the small business performs at least 50% of the work itself in terms of cost of performance. (3) Experience: An outline of previous relevant projects, specific relevant work previously performed or being performed. This section needs to include experience related to the four aforementioned systems: the ABA, the AMG, the NSC, and the acoustics system. (4) Personnel: Name, professional qualifications and specific experience of key personnel (e.g., program manager(s), project manager(s), technical lead(s), etc. This section needs to include not only professional qualifications but also specific experience of key personnel related to the four aforementioned systems: the ABA, the AMG, the NSC, and the acoustics system. (5) Any other specific and pertinent information as pertains to this particular area of procurement that would enhance our consideration and evaluation of the Capability Statement. Interested parties are advised against submitting a Capability Statement that merely mimics information in this Notice, provides brochure-like information, or provides general information. Responses to this Notice are not to exceed 20 pages in length on 8.5 x 11 inch paper with one inch margins and font no smaller than 10 point Times New Roman. The Government requests that respondents deliver responses electronically via e-mail in Microsoft Word or PDF format with proper data markings for unclassified and proprietary information no later than 15 calendar days after the posting date of this Notice. Classified material SHALL NOT be submitted. All submissions should include this Sources Sought Notice Reference Number, company name, company address, CAGE code, DUNS number, and a point-of-contact who is able to discuss the Capability Statement submitted. Point-of-contact information should include name, position, phone number, and email address. Acknowledgement of receipt will be provided. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR 15.207. All submissions must be clearly marked with the following caption: For Official Use Only, Releasable to Government Agencies for Evaluation Purposes Only. Responses that fail to comply with the above instructions or present ideas not pertinent to subject, may not be reviewed. All information received in response to this Notice that is marked proprietary will be handled accordingly. Information submitted in response to this Notice is submitted at no cost to the Government and will not be returned. The Government is under no obligation to provide responses or comments to information received from interested persons, but may request additional information following review. Note: If the interested person is a foreign concern or if a U.S. interested person has a team member or partner who is a foreign entity, adherence to all International Traffic and Arms Regulations (ITAR) is required. Responses to this Notice shall be sent via e-mail to Shantora Bennett at shantora.l.bennett1@navy.mil and Scott Segesdy at scott.segesdy@navy.mil. Responses transmitted by any other means (e.g., by telephone, telefax, mail, etc.), other than those transmitted by e-mail to Shantora Bennett and Scott Segesdy, will not be considered. This synopsis is for informational purposes only. This notice of intent is not a request for competitive proposals. Companies interested in subcontracting opportunities should contact Lockheed Martin directly via Michelle Allison at (703) 367-4509 and michelle.allison@lmco.com.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00019-19-RFPREQ-PMA-290-0836PS/listing.html)
 
Record
SN05460203-W 20190928/190926231108-58b4590f09dedf08432a8bea979d03e7 (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.