Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 11, 2014 FBO #4431
SOLICITATION NOTICE

A -- Intelligence, Exploitation, Targeting and Surveillance

Notice Date
1/9/2014
 
Notice Type
Presolicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division Dept. 1, Commander, NAWCWD, Code 210000D, 429 E. Bowen Rd - Stop 4015, China Lake, California, 93555-6108, United States
 
ZIP Code
93555-6108
 
Solicitation Number
N6893614R0001
 
Archive Date
1/23/2015
 
Point of Contact
Kelley A. McClean, Phone: (760) 939-8638, Dustin B. Barros, Phone: (760) 939-3250
 
E-Mail Address
kelley.mcclean@navy.mil, dustin.barros@navy.mil
(kelley.mcclean@navy.mil, dustin.barros@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Mission Engineering and Interoperability (MEI) Division (41R100D) in the Systems Engineering Department (410000D) of the Naval Air Systems Command (NAVAIR), Naval Air Warfare Center Weapons Division (NAWCWD) manages the Joint Common Geo-positioning Services Project (CGSP) Team, which investigates, analyzes, defines, and documents requirements for current Intelligence Exploitation and Targeting Systems (IETS) capability requirements. The CGSP provides the core CGS software and system capabilities required for accurate geo-location, image exploitation, precise target point mensuration, and targeting product generation for intelligence personnel in operational units and command centers of the Army, Navy, Air Force, and Marines Corps. Under this effort the contractor will deliver IETS or components in accordance with orders issued under the contract. The contractor shall perform systems engineering analysis, software design and product reviews, system and software development, integration, testing, installation, operation, training, sustaining engineering and help desk technical assistance. It is anticipated that approximately 80-90% of the orders will require the contractor to produce and deliver new or upgraded IETS or components. The contractor shall perform technical studies and trade-off analyses, as well as evaluations of capabilities and requirements in supporting the definition of requirements and capabilities for future CGS-based IETS systems and/or implementations. It is anticipated that approximately 10-20% of the orders will require delivery of analysis reports. It is anticipated that multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts will be awarded to fulfill this requirement under the authority of and in accordance with FAR Part 15 - Contracting by Negotiation. The estimated release date of the solicitation is 03 February 2014 with an estimated award date of 1 July 2014. The minimum order amount per IDIQ contract is $2,501. For any orders in excess of the minimum, each IDIQ contractor will be given a fair opportunity to be considered. Delivery of all line items will be FOB Destination with the destination and time defined within each delivery order. The IDIQ contracts will be awarded using a best value tradeoff analysis between price and non-price factors. All responsible sources may submit a proposal which shall be considered by the agency. Any questions regarding this requirement may be submitted to Kelley McClean at kelley.mcclean@navy.mil or by mail at Commander Code 254100D, NAWCWD, 429 E. Bowen Rd. Stop 4015, China Lake, CA 93555-6108.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68936D1/N6893614R0001/listing.html)
 
Record
SN03264385-W 20140111/140109234701-8fa0e33f4693dd58c294509dfc74235a (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.