Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 01, 2017 FBO #5549
SOLICITATION NOTICE

58 -- Synopsis: OK-410(V)4 Integrated Developmental Operator Control System

Notice Date
1/30/2017
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
 
ZIP Code
02841-1708
 
Solicitation Number
N66604-17-R-0006
 
Point of Contact
Kristina E. Michael, Phone: 4018325218, Andrew Nagelhout,
 
E-Mail Address
kristina.michael@navy.mil, andrew.c.nagelhout@navy.mil
(kristina.michael@navy.mil, andrew.c.nagelhout@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a synopsis for noncommercial items prepared in accordance with FAR 5.207 as supplemented with additional information included in this notice. This procurement is being processed on an unrestricted basis. The North American Industry Classification System (NAICS) Code for this acquisition is 334511. The Small Business Size Standard is 1,250 Employees. The Naval Undersea Warfare Center, Division Newport, RI (NUWCDIVNPT) intends to award a Firm-Fixed-Price (FFP) contract on a Sole Source basis to Rolls-Royce Canada Limited (RR), Ontario Canada, for the fabrication, testing, and delivery of one (1) Integrated Developmental Operator Control System (the System) for an OK-410(V)4 Handling and Stowage Group (H&SG). NUWCDIVNPT is procuring the OK-410(V)4 H&SG developmental variant in support of the AN/SQQ-89A(V)15 Anti-Submarine Warfare Combat System program. NUWCDIVNPT intends to purchase the following items on a Firm Fixed Price basis: CLIN 0001: OK-410(V)4 Integrated Developmental Operator Control System, Quantity: 1 EACH. CLIN 0002: Shipping for CLIN 0001 (If applicable and separately priced). CLIN 0003: DATA for CLIN 0001 (Not separately priced). Required delivery is no later than 180 days after date of contract. F.O.B. Destination: Fleet Anti-Submarine Warfare Training Center, San Diego, CA, 92147. The proposed contract action is for materials for which the Government intends negotiate with only one source under the authority of 10 U.S.C. 2304 (c)(1), as implemented by FAR 6.302-1, Only One Responsible Source. The Government's need for the System procurement can only be met by modifying OK-410(V)4 H&SG units currently in production under an existing contract under which RR is a subcontractor (in name only) performing 100% of the effort under the Canadian Commercial Corporation. RR is the only qualified vendor that can make the modifications (including modifications to software) to the equipment ensuring the completed System can be delivered to the Government at a reasonable cost. The Contractor shall deliver modified OK-410(V)4 developmental operator controller software, originally written by RR, and provide additional capability to simulate and report status for the portions of the OK- 410(V)4 that will not be integrated into the developmental system (i.e. winch and level wind). This additional Simulation/Stimulation (SIM/STIM) capability includes local and remote displays, interconnect cabling, and system documentation for SIM/STIM of operator controls of the entire towed array deployment and retrieval sequence. The Navy will provide the required operator control console, slip ring assembly and power distribution panel as Government Furnished Material for modification to support delivery of the System to be delivered under this requirement. The Contractor shall perform factory acceptance testing, modify components as required, assemble and integrate all components, and demonstrate the operation as a completed system at delivery. The Contractor shall also provide an installation control drawing with assembly notes suitable for installing and configuring the System in a government laboratory. The anticipated award date of RFP#: N66604-17-R-0006 is expected to be on or about 16 March 2017. The synopsis is not a request for competitive proposals. All responsible sources may submit a capability statement which will be considered by the Government. A determination by the Government not to compete this proposed acquisition based on responses to this notice is solely within the discretion of the Government. Information shall be submitted prior to the anticipated award date via email to all of the following points of contact: Kristina Michael at Kristina.michael@navy.mil, Andrew Nagelhout at andrew.c.nagelhout@navy.mil, and Karen Sampson at karen.sampson@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-17-R-0006/listing.html)
 
Record
SN04385474-W 20170201/170130234651-ff95fcaa9eefce5393aa59f40b7fdc81 (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.