COMMERCE BUSINESS DAILY ISSUE OF MARCH 16, 2001 PSA #2809
SOLICITATIONS
12 -- COOPERATIVE ENGAGEMENT CAPABILITY
- Notice Date
- March 14, 2001
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, 2531 Jefferson Davis Highway, Arlington, VA 22242-5160
- ZIP Code
- 22242-5160
- Solicitation Number
- N00024-01-R-5165
- Response Due
- April 4, 2001
- Point of Contact
- John Murray, NAVSEA 02513; (703) 602-8000, Ext. 514
- Description
- The Cooperative Engagement Capability (CEC) program will conduct two concurrent competitions. The first will be to award a System Engineering and Integration Agent (SE/IA) contract and the second to award a Design Agent and Production (DA/P) contract. The current CEC design agent for software Baselines through 2.1 and equipment manufacturer is Raytheon of St. Petersburg, Florida. Lockheed Martin of Moorestown, New Jersey is the design agent for software Baseline 2.2. After contract award for the DA/P contract, some future equipment production quantities may continue to be manufactured by Raytheon under a sole source contract, until the winning offeror's readiness to assume production has been established. Furthermore, CEC Baseline 2.1 and 2.2 developments are also expected to continue sole source until these baseline variants are fielded. The System Engineering and Integration Agent (SE/IA) will serve as the principal advisor to the Government for force-wide integration of the CEC air and missile defense, sensor and fire control network across multiple combat systems and sensors; will assist the Government in maintaining interoperability across the network; will evaluate the potential incorporation of new technology from other Government and industry sources, including SBIR initiatives and other innovative technical approaches; and will assess and critique CEC design and production efforts. A Cost Plus Award Fee contract is planned. The Design Agent and Production contract will encompass development of new computer program baselines; engineering support services for existing shipboard, airborne and land-based CEC applications; production of existing and new baseline equipment; fielding; and support (as appropriate). A Cost Plus Award Fee contract is planned for the Design Agent portion of the contract and a fixed price type contract for the Production portion of the contract. The Government encourages proposals that offer a broad spectrum of approaches and perspectives for providing the SE/IA services. However, an entity that is the prime contractor, a major subcontractor, or other major participant, on any DA/P contract(s) is precluded from being prime or otherwise dominant on any SE/IA contract. In the event an SE/IA contractor (team) includes representatives of the DA/P contractor, a clear plan, in accordance with FAR 9.5, that avoids, neutralizes, or mitigates any OCI will be required for the Navy's review and approval. An industry brief is being planned for LATE April 2001. All interested parties should respond to this announcement, BY CLOSE OF BUSINESS 04 APRIL 2001, in order to receive an invitation to the industry brief. THIS IS A 2ND RELEASE OF THIS SOURCES SOUGHT SYNOPSIS. COMPANIES THAT HAVE PREVIOUSLY RESPONDED, IN WRITING, TO THIS ANNOUNCEMENT NEED NOT RESPOND AGAIN. A FORMAL LETTER WILL BE ISSUED TO INTERESTED PARTIES IN EARLY APRIL WITH DETAILS OF THE INDUSTRY DAY.
- Record
- Loren Data Corp. 20010316/12SOL001.HTM (W-073 SN50G247)
| 12 - Fire Control Equipment Index
|
Issue Index |
Created on March 14, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|