Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 01, 2020 SAM #6728
SOURCES SOUGHT

16 -- KC-130J Harvest HAWK Plus Windows 10, FSR, and Pack Up Kit

Notice Date
4/29/2020 7:42:33 AM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-20-RFPREQ-PMA-207-0178
 
Response Due
5/14/2020 2:00:00 PM
 
Archive Date
05/29/2020
 
Point of Contact
Whitney Larson, Phone: 3017575308, Bryson J. Shibe
 
E-Mail Address
Whitney.Larson@navy.mil, bryson.shibe@navy.mil
(Whitney.Larson@navy.mil, bryson.shibe@navy.mil)
 
Small Business Set-Aside
8AN 8(a) Sole Source (FAR 19.8)
 
Description
Naval Air Systems Command intends to negotiate and award a sole source contract modification to Sierra Nevada Corporation (SNC) to provide Field Service Representatives (FSR), Mission Operator Pallet (MOP) system software, design, manufacture, test, and installation of Harvest Hercules Airborne Weapons Kit (HAWK) Plus (HH+) Engineering Change Proposal Windows 10 Cyber Security upgrade, program management functions in support of the HH+ program, and provide spares package(s), known globally as a Pack Up Kit (PUK).� The Windows 10 Cyber Security upgrade addresses cyber security vulnerabilities.� The FSR will provide 24/7 world-wide telephonic technical assistance in the resolution of fielded system problems related to the troubleshooting, maintenance, or operation of installed HH+ weapons, sensor, network, processing, and communications equipment.� The PUK contents have been previously identified in both type and quantity by previous award, the Government intends to duplicate this package to maintain configuration control of the PUK.� The Government intends to award a sole source acquisition under the authority of FAR 6.302-1, ""Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements�.� Implementation and operation of the weapon and sensor systems that provide the Close Air Support and Intelligence Surveillance and Reconnaissance capability on the KC-130J aircraft is performed via the integrated SNC Burma software suite.� SNC is the sole designer, developer, manufacturer and integrator of the Burma software suite.� In order to meet the engineering and logistics requirements, technical data associated with the Burma software, is required to define, control, and document all physical, electrical, structural, software and functional interfaces between the KC-130J aircraft systems and software.� The technical data is proprietary to SNC, which is unwilling to sell the technical data.� As a result, SNC is the only source that possesses the requisite knowledge, experience, and technical data to perform the required efforts.� Integration of Windows 10 will affect the interoperability of the Harvest HAWK Plus System thus requiring changes to Burma software.� Access to this software is proprietary in nature and only available to SNC. The FSR will require internal access via the Burma software to isolate the problems associated with system faults.� Access to this software is proprietary in nature and only available to SNC. PUK contents are SNC specific HH+ weapons replaceable assemblies and unique configured parts to integrate and operate with the MOP. This notice of intent is not a request for competitive proposals. Interested parties, however, may identify their interest and capability by responding to this requirement. The Government will consider all capability information received prior to the closing date of this synopsis. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement.� A determination by the Government not to compete this proposed contract modification based upon responses to this notice is solely within the discretion of the Government. No phone inquiries will be entertained.� Reponses shall be made by email to Whitney Larson using the contact information provided in this synopsis. Unless otherwise stated herein, no additional written information is available.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a1ecfdab711f4f98a5c9a43a3d08c54b/view)
 
Place of Performance
Address: Colorado Springs, CO 80916, USA
Zip Code: 80916
Country: USA
 
Record
SN05640301-F 20200501/200429230154 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.