Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2012 FBO #3799
SOLICITATION NOTICE

12 -- AN/SPY-1D(V) Transmitter Groups and Fire Control System (FCS) MK 99 Equipment

Notice Date
4/17/2012
 
Notice Type
Presolicitation
 
NAICS
335929 — Other Communication and Energy Wire Manufacturing
 
Contracting Office
N00024 NAVAL SEA SYSTEMS COMMAND, DC 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC
 
ZIP Code
00000
 
Solicitation Number
N0002412R5115
 
Response Due
5/2/2012
 
Archive Date
5/17/2012
 
Point of Contact
Jennifer L. Thompson 202-781-4354
 
E-Mail Address
Jennifer L. Thompson
(jennifer.l.thompson1@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
NAVSEA will utilize other than full and open competition to award a class of contract actions to Raytheon Integrated Defense Systems in Tewksbury, Massachusetts (MA) for the production of ten (10) AN/SPY-1D(V) Transmitter Groups and Fire Control System (FCS) MK 99 equipment sets in support of the DDG 51 Class Shipbuilding Program, one (1) AN/SPY-1D(V) Transmitter Group and selected FCS MK 99 equipment for the AEGIS Ashore Missile Defense System (AAMDS) Host Nation #2 (HN-2) site, and associated engineering and technical services in support of production efforts for Fiscal Year (FY) 2013 through FY 2017. The anticipated contract actions will provide for delivery of ten (10) AN/SPY-1D(V) Radar Transmitter Group and FCS MK 99 Mod 14 equipment sets for DDG ship sets and one (1) AN/SPY-1D(V) Transmitter Group and selected FCS MK 99 equipment for the AAMDS HN-2 site. Six (6) AWS equipment ship sets will be procured as part of a multi-year procurement (MYP) beginning in FY 2013 through FY 2016. Four (4) AWS ship sets will be separately priced options in FY 2014, FY 2016 and FY 2017. The AAMDS HN-2 equipment will be procured as a separately priced option in FY 2014. Raytheon IDS will also be responsible for related technical services to facilitate system testing, shipyard installation, and other requirements. The Transmitter Group consists of Radio Frequency (RF) driver and amplification cabinets, an RF monitoring cabinet, high voltage power supplies, and isotransformers. The transmitter group provides high power RF energy for use by the radar to support its primary function of target detection and tracking. The transmitter group also supports the generation of the missile data link for communication with missiles while in flight. The shipboard FCS equipment set consists of Continuous Wave Illuminator (CWI) elements, waveguide elements between the transmitter and antenna, and two (2) data conversion cabinets (DCCs). The FCS CWI elements provide high power, stable RF energy to support semi-active missiles in the terminal phase of flight. The AAMDS FCS equipment will consist of a single DCC with a Kill Assessment System (KAS) ORDALT 74588. After production, the DDG Transmitter Group and FCS MK 99 ship sets will be shipped to the Production Test Center (PTC) in Moorestown, New Jersey (NJ) for integration with the remainder of the AWS and system level testing by Lockheed Martin Mission Systems and Sensors (LM MS2). The AAMDS HN-2 equipment will undergo cabinet and sub-system level testing at Raytheon prior to delivery to Missile Defense Agency (MDA) as Government Furnished Equipment (GFE) for further integration and system level testing. Pursuant to 10 U.S.C. 2304(c)(1), Raytheon IDS is the only responsible source capable of satisfying the Navy ™s requirements for the AN/SPY-1D(V) Radar Transmitter Group, FCS MK 99, and related technical services. Raytheon IDS is the current and only qualified source as the manufacturer, assembler, and design agent for the AN/SPY-1D(V) Radar Transmitter Group and FCS MK 99. The company is responsible for completing AEGIS Ashore Missile Defense Test Complex (AAMDTC) equipment at the Pacific Missile Range Facility (PMRF) and all AWS new construction requirements related to this equipment for those DDGs still within the SCN window (DDG 110 through 116) and related back-fit requirements for CG/DDG Class ships. Raytheon also develops configuration modifications which serve as the foundation for all forward fit changes or upgrades to new construction DDGs and the AAMDS. Raytheon has been the prime production contractor for the AN/SPY-1 Transmitter Group since the first contract was awarded for the AWS effort in 1969. As the design agent for the FCS MK 99, Raytheon has also been the principal subcontractor to LM MS2 for past transmitter and FCS modification developments. Under separate contracts, Raytheon IDS is developing transmitter group and FCS upgrades for the AEGIS AMOD Upgrade (AAU) program and Ballistic Missile Defense (BMD) baseline 5.0, all of which will be part of DDG AWS ship sets and AAMDS HN-2 configurations. Raytheon IDS is the only existing source that has the specific production engineering background, extensive integration and test facilities, prior FCS MK 99 and AN/SPY-1D(V) transmitter group experience, and in-depth technical expertise to produce the equipment without adverse impact to scheduled AWS deliveries in support of the USN shipbuilding, and ship deployment requirements for operational use, and the AEGIS Ashore site installation schedule. 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 the AN/SPY-1D(V) Radar Transmitter Group and MK99 Missile Fire Control System (MFCS) for DDGs and AAMDS HN-2 to Raytheon Integrated Defense Systems (IDS) in Tewksbury, MA. Parties interested in subcontracting opportunities should contact Raytheon directly. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Please review the above description and all comments and questions should be submitted in writing electronically to Ms. Jennifer L. Thompson, Contracting Officer, via email at jennifer.l.thompson1@navy.mil in lieu of telephone calls. Do not phone in any questions or comments, they will not be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002412R5115/listing.html)
 
Record
SN02724516-W 20120419/120417235939-11f9e3c6f613e1a7c9acca138aba5181 (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.