Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 10, 2024 SAM #8139
SOLICITATION NOTICE

66 -- Keystone Cluster Systems

Notice Date
3/8/2024 3:06:21 PM
 
Notice Type
Solicitation
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
NAVAL AIR WARFARE CENTER CHINA LAKE CA 93555-6018 USA
 
ZIP Code
93555-6018
 
Solicitation Number
N6893623R0041
 
Response Due
3/22/2024 4:00:00 PM
 
Archive Date
05/13/2024
 
Point of Contact
Samantha Guth, Phone: 7607933079, Daryl Magdangal, Phone: 7606082715
 
E-Mail Address
samantha.a.guth.civ@us.navy.mil, daryl.t.magdangal.civ@us.navy.mil
(samantha.a.guth.civ@us.navy.mil, daryl.t.magdangal.civ@us.navy.mil)
 
Description
(1) INTRODUCTION AND PURPOSE: NAWCWD intends to award a sole source contract to Syracuse Research Corporation (SRC) for engineering services and other electronic component manufacturing in support of Advanced Threat Environments Signal Generation needs and the Airborne Electronic Attack (AEA) Integrated Product Team (IPT). In accordance with FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements, this requirement will be sole sourced from Syracuse Research Corporation, 6225 Running Road, North Syracuse, NY 13212.� SRC is the only source capable of fulfilling the government requirement at this time. (2) PROGRAM DESCRIPTION: The Airborne Electronic Attack (AEA) Integrated Product Team (IPT) EA-18G program needs to procure two SRC6150E Keystone Cluster (KC) Cabinets and one SRC6130 spare Advanced Modular Pulse Simulator (AMPS) sever to include the installation and training on the use of these cabinets with the integrated Digital Generator (DGEN) system already in the AEA Systems Integration Lab (SIL).� The AEA IPT EA-18G program has previously procured multiple cabinets that make up the Next-Generation EW Environment Generator (NEWEG). This multi-million dollar suite provides state of the art EW simulation technology for current and future EW testing systems. Within the NEWEG system, the DGEN subsystem enables this capability by executing models directly from EW Integrated Reprogramming Database (EWIRDB). However, due to Central Processing Unit limitation at the time DGEN was developed, there is limitation on which EWIRDB models DGEN can execute. The KC Cabinet is a high-performance computing cluster that enhances the simulation performance of the existing NEWEG DGEN. The KC cabinets are needed as an execution engine for reactive threat model simulation, with the goal of providing real-time execution of complex threat models that do not work on the DGEN alone. The KC cabinets work with the DGEN sub-system to execute real-time complex threat models that are �otherwise� unable to run in real-time on the DGEN AMPS server. This is not a follow-on contract. (3) REQUIRED CAPABILITIES: The AEA IPT EA-18G program is requesting SRC to fabricate, assemble, integrate, test, deliver, install, and demonstrate the use of two SRC6150E Keystone Cluster Cabinets and one SRC6130 AMPS that will be delivered to the place of performance. In addition, the contractor will need to provide engineering services support in the form of development of hardware and software system modifications as well as documentation, training, and maintenance support to the new systems. (4) PLACE OF PERFORMANCE: The efforts will be performed in Point Mugu, California. (5) CONTRACT TYPE: The Government is considering a Firm Fixed Priced (FFP) Contract with a single (1) one year period of performance. (6) SUBMISSION DETAILS Offers and responses to the solicitation shall be submitted using the instructions in Section L of the solicitation. �If the solicitations Section L instruction to offerors state the PIEE Solicitation module will be used for electronic proposal submission, Contractors are required to register in PIEE to obtain access to the solicitation module.� To register in PIEE, go to https://piee.eb.mil/, and click Register. CONTRACTOR RESPONSE: This notice of intent is not a request for competitive proposals; however, any firm believing it can fulfill the requirement identified above may submit a written response to be received at the Contracting Office no later than 15 days after the date of publication of this notice, which shall be considered by the agency. The written response shall reference solicitation number N6893623R0041 and provide a capability statement that clearly indicates the firm�s experience, assets, background, and ability to perform the required work without compromising the quality, accuracy, reliability, and schedule. The solicitation or Request for Proposal (RFP) will be posted in Contract Opportunities on the SAM website at https://sam.gov/ on or about (03/08/2024). �� Interested firms must be registered in the System for Award Management (SAM) database at https://sam.gov/ to start doing business with the federal government.�� Written responses to this notice shall be submitted by e-mail to the point(s) of contact listed below no later than 15 days from this notice date. (POCs information auto-populates via table above.)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/736621dcdfd04ce090340e6c899f83dc/view)
 
Record
SN06991147-F 20240310/240308230109 (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.