SOLICITATION NOTICE
66 -- CASS EO3 Console IPA Camera Performance Enhancement
- Notice Date
- 12/21/2015
- Notice Type
- Presolicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
- ZIP Code
- 08733-5083
- Solicitation Number
- N68335-16-R-1001
- Archive Date
- 1/21/2016
- Point of Contact
- Shanna Cermak, Phone: 732-323-1576, Kevin Smith, Phone: 732-323-7789
- E-Mail Address
-
shanna.cermak@navy.mil, kevin.smith11@navy.mil
(shanna.cermak@navy.mil, kevin.smith11@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Air Warfare Center Aircraft Division, Lakehurst, NJ intends to enter into negotiations on a sole-source basis with Northrop Grumman Corporation (NGC), Rolling Meadows, IL to perform a Class II Engineering Change Proposal (ECP) to the Third Generation Electro-Optical (EO3) Integrated Photonics Assembly (IPA), P/N 2055AS487-3001 to extend the service life of the internal IPA cameras. The Contractor will be required to incorporate an EO3 IPA Class II ECP that implements enhancements to the IPA that; (1) resolves laser boresight alignment issues, and (2) resolves autocollimation issues. The contractor shall produce modified Pilot Production Unit IPAs to allow F/A-18 ATFLIR and H-60 MTS regression testing. Upon approval of the Class II ECP, the contractor shall incorporate the Class II ECP into all remaining IPAs in the US Navy inventory. The contractor shall procure requisite test equipment and associated hardware necessary to implement the ECP, and provide required software and procedural updates as well as technical and logistics data associated with the Class II ECP. The Government does not own sufficient data, drawings, software code or other specifications to permit full and open competition. All qualified sources are encouraged to submit a proposal, which may be used by the Government in determining whether or not to conduct a competitive procurement. Responses should reference N68335-16-R-1001. A determination by the Government not to open the requirement to competition based on the responses to this notice is solely within the discretion of the Government. The Navy anticipates the award to be a Cost-Plus Fixed Fee (CPFF) contract. It is requested that responses to this synopsis be submitted via email to Shanna Cermak at shanna.cermak@navy.mil, or Kevin Smith at kevin.smith11@navy.mil, no later than 15 calendar days from the date of this posting. This synopsis is issued solely for planning purposes and does not constitute a solicitation. In accordance with FAR 15.201(e) responses to this notice are not offers and cannot be accepted by the Government to form a binding contract/agreement. The Government will not pay for any information received in response to this synopsis, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government. Responses to this synopsis will not be returned. NO FORMAL SOLICITATION EXISTS AT THIS TIME.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-16-R-1001/listing.html)
- Place of Performance
- Address: Northrop Grumman, 600 Hicks Road, Rolling Meadows, Illinois, 60008, United States
- Zip Code: 60008
- Zip Code: 60008
- Record
- SN03975123-W 20151223/151221234536-db617158e73527bd05ea1d68d5805378 (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 |