SOLICITATION NOTICE
15 -- Global Hawk Enhanced Integrated Sensor Suite Upgrades - EISS Upgrades J&A
- Notice Date
- 3/3/2016
- Notice Type
- Presolicitation
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
- ZIP Code
- 45433-7218
- Solicitation Number
- FA8620-16-R-4012
- Archive Date
- 4/3/2016
- Point of Contact
- Jay C. Olson, Phone: 937-255-2169
- E-Mail Address
-
jay.olson.1@us.af.mil
(jay.olson.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- J&A for Global Hawk Enhanced Integrated Sensor Suite Upgrades This is a pre-solicitation synopsis with a corresponding justification and approval to satisfy requirements in FAR 5.2 and 6.305, as supplemented with additional information in this notice. The Global Hawk Program Office, Contracting Branch, Wright-Patterson Air Force Base, Air Force Life Cycle Management Center, has a requirement to modify and retrofit portions of the Enhanced Integrated Sensor Suite (EISS), including the Electro-Optical Receiver Unit camera (EERU) and the optical window mount. The EERU is one of several Line Replaceable Units (LRU) located in the EISS. Modification to the EERU will require corresponding hardware and software modifications to the Enhanced Sensor Electronics Unit (ESEU) and Enhanced Integrated Sensor Processor (EISP). Modifications will be demonstrated, and the full Block 30 fleet will be subsequently retrofitted under the contemplated contract. The period of performance for this contract is contemplated to last through Government Fiscal Year 2020. It is the Government's intent to release a solicitation for this requirement on a sole source basis IAW FAR 6.302-1, "Only One Responsible Source," being Raytheon Company Space and Airborne Systems, located at 2000 El Segundo Blvd, P.O. Box 902, El Segundo, California, 90245-0902, CAGE code 4U884. A justification and approval citing FAR 6.302-1 is attached. Subcontracting possibilities do not exist. The proposed effort involves work at the SECRET level with the potential to go higher. The Government contemplates a Fixed Price Inventive Firm (FPIF) contract arrangement, commencing in November 2016. However, the Global Hawk Program Office plans to take measures to shorten acquisition lead time wherever possible to award earlier than planned. This requirement was previously synopsized under GH-SSS-2015-2 on 4 Sep 15. The previous synopsis provided interested firms an opportunity to provide capabilities packages. All responsible sources may submit a capability statement to be considered by the agency. Interested firms must be able to meet the government's requirements without introducing substantial duplication of costs (or unacceptable delays) not recoverable through competition. The response date for this notice is 18 Mar 16. The justification and approval for this effort is hereby posted for 30 days IAW FAR 6.305. The Contracting Officer listed on this notice is the SOLE point of contact for the agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8620-16-R-4012/listing.html)
- Place of Performance
- Address: 2640 Loop Rd W, Bldg 557, WPAFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN04038299-W 20160305/160303235201-58326fdf750d3b952d8416f36eb64936 (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 |