Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2008 FBO #2298
SOLICITATION NOTICE

16 -- Modification to the H-1 UPC and AWE Software

Notice Date
3/10/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
N68936 NAVAL AIR WARFARE CENTER WEAPONS DIVISION DEPT.1 Naval Air Warfare Center Weapons Division Dept.1 429 E. Bowen Rd - Stop 4015 China Lake, CA
 
ZIP Code
00000
 
Solicitation Number
N6893608R0020
 
Response Due
3/20/2008
 
Archive Date
9/20/2008
 
Point of Contact
Gary Trimble 760-939-5595 Diane E. Foucher, 760-939-8160
 
E-Mail Address
Email your questions to Gary Trimble
(gary.trimble@navy.mil)
 
Description
The Naval Air Systems Command, Naval Air Wafare Center Weapons Division (NAVAIR WD), China Lake intends to enter into negotiations for a Cost Plus Fixed Fee (CPFF) Indefinite Delivery/Indefinite Quantity (IDIQ) contract on an other than full and open competition basis to Joint Technologies Engineering (JTE). The Government requires JTE to modify the H-1 Helicopter Unique Planning Component (UPC) and Avionics/Weapons/Electronics (AWE) software for use in the Joint Mission Planning System (JMPS). JTE is currently developing the first H-1 UPC for the Cobra System Configuration Set (SCS) and the AWE software for SCS 4.0. An additional requirement exists to take the AWE software that JTE is currently developing and migrate it to the H-1 UPC. As a result, the Government requires JTE to modify the current UPC and AWE baselines to obtain concurrent updates for multiple other AWE and UPC baselines in order to implement Fleet-user Functionality. The IDIQ max quantity is four SCS's including Cobra 4.0. SCS 5, SCS 6, and SCS 7.0. Delivery will be 18-24 months as specified in individual delivery orders. The contract will have an ordering period of 4 years. This requirement is limited to JTE because they are still in the process of developing the technical data to meet the requirements and functionality of the original baseline, the Cobra 3.0 UPC and SCS 4.0 AWE. This data, while being developed, will be modified/updated in order to address the new requirements for Cobra 4.0, 5.0 AWE, 6.0 UPC and 7.0 UPC. As a result, any anomalies found in the current baseline must be incorporated concurrently in the remaining SCSs quickly in order to maintain program schedules. Place of Performance is expected to be Niceville, FL. Any firm believing that they can provide the needed updates without substantial duplication of cost, and within the needed time frame may submit a written response to be received at the contracting office no later than 20 March 2008. All responsible sources may submit a proposal, which shall be considered by the agency. Award of this contract is expected on or about 15 May 2008. All requests must reference the solicitation number N68936-08-R-0020. Please submit responses in writing to Gary Trimble by email at gary.trimble@navy.mil or by mail to: Commander Code 210000D, NAVAIR WD, 429 E. Bowen Rd. Stop 4015, China Lake, CA 93555-6108. For a copy of the solicitation, please contact Gary Trimble. See numbered note 22 & 26. NAICS Code = 541511 Place of Performance = Niceville, FL Set Aside = N/A
 
Record
SN01528521-W 20080312/080310224812 (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.