Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 18, 2009 FBO #2761
SOLICITATION NOTICE

10 -- Aegis Weapon System (AWS) Production, Integration & Test

Notice Date
6/16/2009
 
Notice Type
Presolicitation
 
Contracting Office
N00024 NAVAL SEA SYSTEMS COMMAND, DC 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC
 
ZIP Code
00000
 
Solicitation Number
N0002409R5107
 
Response Due
7/1/2009
 
Archive Date
9/30/2009
 
Point of Contact
Jennifer L. Nelligan 2027812057 Jennifer L. Nelligan, 202/781-2057, jennifer.nelligan@navy.mil;<br />
 
E-Mail Address
<!--
 
Small Business Set-Aside
N/A
 
Description
The Naval Sea Systems Command (NAVSEA) will utilize other than full and open competition to award a contract for production, integration, testing and engineering support services for the MK 7 Aegis Weapon System (AWS) for DDG 113-115 to Lockheed Martin Maritime Systems & Sensors (LM MS2) in Moorestown, NJ. The Government anticipates procuring DDG 113-related long lead material and other non-recurring engineering (NRE) efforts in FY09. Options for DDG 113 equipment procurement in FY10 and DDG 114-115 equipment procurements in FY11 will be executed as separately priced options. LM MS2 will be responsible for production and fabrication of the AWS AN/SPY-1D(V) arrays (4 per shipset), including an integrated Multi-Mission Signal Processor (MMSP), Aegis AMOD Upgrade equipment (AAU), and Combat System Support Equipment (CSSE) for DDG 113-115. In addition, LM MS2 will be responsible for the production of an MMSP to be installed at the Surface Combat System Center (SCSC), Wallops Island, VA to support combat system certification and life cycle support. LM MS2 will also be responsible for integration of the AWS elements delivered under separate contracts (e.g., Missile Fire Control System MK99, AN/SPY-1D(V) radar transmitter group, computers and displays) and system level testing at the Production Test Center (PTC) in Moorestown, NJ. LM MS2 will be responsible for providing technical and engineering services at the PTC during integration and test, and at shipyards during construction or as a result of sea trials and other relevant special studies. If all options are exercised, the maximum quantities procured for three complete AWS shipsets and SCSC will include twelve AN/SPY-1D(V) arrays, four MMSPs, three AAU sets and three CSSE sets. LM MS2 is the only existing source with the in-depth technical expertise, knowledge, resources and infrastructure required to produce, integrate, and test the MK 7 AWS without adverse impact to scheduled AWS deliveries in support of the USN shipbuilding and ship deployment requirements. LM MS2 possesses unique experience in AWS design, development, production, assembly, and testing, and currently provides the necessary services to deliver fully functionally tested AWS ship sets to the fleet. LM MS2 also provides installation material, ancillary equipment, provisioning items, technical data, and provisioning technical data. As such, it understands the system functionality and requirements in order to produce systems that satisfy the AWS requirements and is compatible with existing components and infrastructure of the ACS. All previous AWS production contracts for this equipment have been awarded to Lockheed Martin MS2 (or its antecedents) since the authorization of the first Aegis Cruiser. Furthermore, LM MS2 has developed an extensive infrastructure (e.g., production facilities, qualified supplier base, special test equipment, data networks, system test environments, producibility engineering workstations) at its Moorestown, NJ facility to support AWS production. In considering the schedule requirements for deliveries, it is critical to note that the complete AWS must begin testing at least nine (9) months in advance of the ship's Required Delivery Date (RDD). In order to deliver a fully functionally tested AWS by the RDDs for each of these ships, the Navy must award this procurement on a sole-source basis. If any element of this procurement were to be awarded to another company for any of the three ships, the schedule to develop Level III Technical Data Packages, conduct the competition, perform production qualification, and integrate and test the complete AWS would cause the delivery to miss the respective RDD by a significant amount of time. Similarly, the award of an MMSP production contract to meet the SCSC requirements to another company would significantly delay combat system certification. For the reasons stated above, pursuant to 10 U.S.C. 2304(c)(1), NAVSEA intends to award a contract for the production, integration, testing and engineering support services for production, integration and test of the MK 7 Aegis Weapon System (AWS) for DDG 113-115 and an MMSP at SCSC, Wallops Island, VA to Lockheed Martin Maritime Systems & Sensors (LM MS2) in Moorestown, NJ. Parties interested in subcontracting opportunities should contact LM MS2 directly. See Note 22.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002409R5107/listing.html)
 
Record
SN01846254-W 20090618/090616235721-a816722eb62612123c1d3d8e0e3ed6c1 (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.