Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2011 FBO #3679
SOLICITATION NOTICE

A -- SOTHOC for RIMPAC 2012

Notice Date
12/19/2011
 
Notice Type
Justification and Approval (J&A)
 
NAICS
541330 — Engineering Services
 
Contracting Office
Other Defense Agencies, Defense Microelectronics Activity, Defense Microelectronics Activity, 4234 54th Street, McClellan, California, 95652, United States
 
ZIP Code
95652
 
Solicitation Number
H94003-04-R-CET-12-219
 
Archive Date
1/18/2012
 
Point of Contact
Jeanne M. Woodcock, Phone: 9162311510
 
E-Mail Address
woodcock@dmea.osd.mil
(woodcock@dmea.osd.mil)
 
Small Business Set-Aside
N/A
 
Award Number
H94003-04-D-0006-0221
 
Award Date
12/19/2011
 
Description
I. Contracting Activity Defense Microelectronics Activity, Contracting Office (DMEA/MEE), McClellan, CA II. Nature and/or Description of the Action Being Approved: This is a new order under the basic lDlQ ATSP3 contract, H94003-04-D-0004 (Raytheon Company) to procure, build, test and deliver Submarine Over-The-Horizon Organic Capabilities (SOTHOC) by providing upgraded Switchblade Unmanned Aircraft System (UAS) vehicles and submerged launch vehicle (SLV) for use at the RIMPAC naval exercise 2012. A cost plus fixed fee engineering services order is anticipated with FY12 4930 funds (3 year Naval Other Procurement). The estimated program cost is $779,400. (NOTE: Cannot proceed with signatures until DMEA receives all funding or an LOI) The purpose of the basic ATSP3 contract is to develop solutions for the reliability, maintainability, obsolescence, availability, supportability, manufacturability, capability, and performance needs or deficiencies of items that range in complexity from discrete electronics through integrated circuits, circuit boards, modules, assemblies, subsystems, systems, and systems of systems. ATSP3 engineering approaches include advanced technology engineering and advanced hardware and software engineering. III. Description of the Supplies/Services or Nature of Construction: Submarine Over-The-Horizon Organic Capabilities (SOTHOC) for RIMPAC 2012; Contractual Engineering Task (CET) 12-219. This task order is closely inter-related with the work being performed under CETs 07-784, 08-871, and 10-021 by Raytheon. This task order will procure and build a set of SOTHOC capability by providing upgraded Switchblade Unmanned Aircraft System (UAS) vehicles and submerged launch vehicles (SLV) for use at the multi-national maritime exercise RIMPAC 2012. IV: Authority Cited: FAR 16.505(b)2(i)(C), Logical Follow-on J&A The order must be issued on a sole-source basis in the interest of economy and efficiency as a logical follow-on to an order already issued under the contract. All awardees were given a fair opportunity to be considered for the original order.) V: Reason for Authority Cited: BACKGROUND: The overall program is to develop the U.S. Navy's interests in developing state of the art advanced technologies to enable fleet deployment of the Submarine Over the Horizon Organic Capabilities (SOTHOC) system to support the littoral maritime interdiction mission, thereby reducing the risk to U.S. submarines. SOTHOC will utilize the submarine's on-board trash disposal unit (TDU) to perform an underwater launch of a submerged launch vehicle (SLV). The Navy client initiated the SOTHOC program at DMEA via CET 07-784, involving the design and development of two capabilities that are necessary for the eventual fielding of a SOTHOC system: 1) Over-the-side (OTS) deployment of the SLV from a surface ship, and 2) Integration and demonstration of the Multiple Vehicle Control System (MVCS) into the Combat Control System (CCS). All ATSP contractors were given a fair opportunity to propose on the original requirement. ATSP order number H94003-04-D-0006-0054 was awarded to Raytheon Systems, the only contractor to propose. RELATIONSHIP TO PREVIOUSLY PERFORMED CONTRACTS: CET 07-784 involved the design and development of two capabilities that are necessary for the eventual fielding of a SOTHOC system: 1) Over-the-side (OTS) deployment of the SLV from a surface ship, and 2) Integration and demonstration of the Multiple Vehicle Control System (MVCS) into the Combat Control System (CCS). A fair opportunity to propose on this requirement was given to all ATSP contractors. CET 08-871 was a logical follow-on award which involved the integration of a Switchblade Unmanned Aircraft System (UAS) into a SLV, and performance of risk reduction testing, leading to an eventual deployment from a submarine at periscope depth. CET 10-021 was another logical follow-on award which enhanced the Switchblade UAS functionality and performance by 1) assessing the Switchblade communication range; 2) developing a Target Position capability; 3) integrating the Switchblade with the Vehicle Specific Module (VSM) and the Open Unmanned Mission Interface (UMI); 4) performing Switchblade land based testing; and 5) providing seven (7) Switchblade vehicles and five (5) SLVs for use at the TACDEVEX (Tactical Development Exercise). RATIONALE FOR SOLE SOURCE AWARD: CET 12-219 requirements for procuring five (5) sets of UAV and SLV, assembly, test, integration support at RIMPAC 2012 are unique and no vendor other than Raytheon could provide them based upon the existing drawings and other documentation without cost-prohibitive additional technical and schedule impacts. Due to the tight integration required across the SOTHOC project and submarine, the level of technical risk is prohibitively high for consideration of any other contractor. Furthermore, tight scheduling constraints to meet the RIMPAC 2012 exercise requires the unique expertise developed by the contractor over the development cycle of SOTHOC. Therefore, based on economy and efficiency, no other contractor can perform the new requirements for SOTHOC's build and deployment for RIMPAC 2012 with an acceptable cost and performance risk. OTHER ALTERNATIVES CONSIDERED: None IMPACT IF THIS J&A IS NOT APPROVED: lf this J&A is not approved, the Government will be forced to take on unnecessary schedule, technical and cost risk to award this program via DMEA's Fair Opportunity process for limited competition. VI. Effort to Obtain Competition: None VII. Actions to Increase Competition: None VIII. Market Research: Market research was conducted by the client prior to the award of the original delivery order, which was competed among all ATSP contractors. Only one contractor responded. IX. Interested Sources: Raytheon Company, 2000 E. El Segundo Blvd., El Segundo, CA 90245-4501 X. Other Facts: None
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DMEA/DMEA/H94003-04-R-CET-12-219/listing.html)
 
Place of Performance
Address: 2000 E. El Segundo Blvd., El Segundo, California, 90245-4501, United States
Zip Code: 90245-4501
 
Record
SN02641348-W 20111221/111219233859-2e69919cd6daf4656eb9679d33413d5c (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.