SOURCES SOUGHT
16 -- System Configuration Set upgrades to the F/A-18 A-F and EA-18 G aircraft.
- Notice Date
- 9/9/2011
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- 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
- N6893611R0082
- Response Due
- 9/23/2011
- Archive Date
- 9/23/2012
- Point of Contact
- Gina Olson 760-939-0829
- Small Business Set-Aside
- N/A
- Description
- This sources sought synopsis is being issued to provide other potential offerors the opportunity to provide capability statements. The Naval Air Warfare Center, Weapons Division intends to award a sole source follow-on contract to The Boeing Company based on the Federal Acquisition Regulation 6.302-1 justification for only one responsible source and no other supplies or services will satisfy agency requirements. The Boeing Company is the prime F/A-18 and EA-18G aircraft manufacturer and is the only qualified source to perform these efforts to meet fleet needs. Additionally Boeing is the sole repository of the engineering design and software development expertise for all tactical software and integration of the avionics to the aircraft weapon system. As the sole designer, developer, integrator, manufacturer, and supplier of all variants of F/A-18 and EA-18G aircraft, The Boeing Company has a unique combination of airframe and weapons system integration knowledge needed to perform the required mission support. The Boeing Company ensures compatibility between software and aircraft systems due to the ongoing changes, upgrades, and system enhancements that are made to production aircraft. Laboratory facilities have been developed at The Boeing Company to evaluate the effectiveness of software enhancements. Complementary and compatible facilities have also been developed at Government facilities to ensure technical integrity of testing of new or upgraded avionics. To require the contractor to purchase new laboratory equipment would introduce technical uncertainties related to testing comparisons with the Government ™s existing equipment as well as be cost prohibitive. This contract will be a follow on to contract N68936-09-D-0002 currently awarded to The Boeing Company with Cost Plus Fixed Fee and Cost Plus Incentive Fee Contract Line Items. Information regarding the current contract can be requested through the Freedom of Information Act (FOIA) process. The FOIA information concerning the current contract is available at http://www.navair.navy.mil/nawcwd/counsel/textonly/foia-txt.htm. The follow on contract will require System Configuration Sets (SCS) upgrades, which is a combination of software and hardware configuration items, for the F/A-18 and E/A-18G aircraft, including Foreign Military Sales (FMS) variants. An SCS includes all software and hardware required to implement new capabilities on the aircraft which require the contractor to design, develop and implement upgraded software and ancillary hardware. Other required contract deliverables include system improvement and demonstration products such as proposed prototypes, pre-production products, support equipment enhancements, or simulations and models of weapons systems. System improvements will also provide obsolete part replacements, improved processors, and technology demonstrations. Incidental services are required for requirements development and support that include analysis and definition of statements of requirements identified by the Government and correction of anomalies in software or hardware. Incidental services also include studies and analysis that will require the contractor to investigate future capabilities, provide analysis of alternatives, and deliver documentation that may result in SCS implementation or system improvement or demonstration products. The contractor shall be capable of developing hardware and software configurations items that meet the fleet user requirements and within program cost, schedule and quality parameters. Cost and schedule variance is less than 10 percent and quality is 1 defect per 10,000 Source Lines of Code (SLOC). The contractor will be required to perform 80 percent of the work. The work force will be required to have 10 years average experience in Assembly, C, and C++ code on F/A-18 mission systems software. The contractor must have the capacity to develop 250,000 SLOC per year with a productivity of less than 1 labor hour per SLOC. The contractor must be knowledgeable and capable of generating quality software products for the F-18 and EA-18G Advanced Mission Computer, Stores Management System, Joint Mission Planning System, Signal Data Computer, and Distributed Targeting Pod sub systems. In addition the contractor must have an integration understanding of the myriad of sub systems and weapon systems that are currently integrated on or planned for integration on the multiple variations of F-18 and EA-18G aircraft. The contractor team will be required to integrate with the existing F/A-18 Navy teams and utilize the in place processes. The contractor will be required to present artifacts as evidence of the above requirements. In addition, the contractor shall meet the following Security Requirements at contract award: Sensitive Compartmented Information (SCI) access. The contractor shall require non-substantial SCI access in the performance of the contract requirement. The contractor shall not be required to store SCI materials or maintain an SCI facility. All SCI work will be conducted within existing Government SCI facilities. The contractor shall support and participate in F/A-18 and EA-18G flight testing activities that require SCI access. The contractor shall be required to visit classified DOD test facilities in performance of test functions and objectives. Any interested party that feels they can meet this requirement must identify in writing their interest, experience, and capability to satisfy the requirement no later than 23 Sep 2011 via email to the contract specialist Gina Olson at gina.olson@navy.mil via a Microsoft Word.doc or Acrobat Adobe.pdf file. File must not exceed 10 pages with a minimum font size of 12 point. THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. Send via email to gina.olson@navy.mil via a Microsoft word document or Acrobat Adobe file. File must not exceed 10 pages with a minimum font size of 12 point.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68936D1/N6893611R0082/listing.html)
- Record
- SN02569264-W 20110911/110909235711-d924ecdaf6d8b5f1111db24060c194e1 (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 |