MODIFICATION
K -- AV-8B System Configuration Set and Avionics Integration Support
- Notice Date
- 3/9/2017
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division, 429 E. Bowen Rd. Stop 4015 - CL, 575 'I' Ave, Bldg 36, Ste 1116 - PM, China Lake/Pt Mugu, California, 93555-6108, United States
- ZIP Code
- 93555-6108
- Solicitation Number
- N6893617R0025
- Archive Date
- 3/10/2018
- Point of Contact
- Amanda Bartel, Phone: 760-939-8268, Henry Frohlich, Phone: 760-939-7301
- E-Mail Address
-
amanda.bartel@navy.mil, henry.frohlich@navy.mil
(amanda.bartel@navy.mil, henry.frohlich@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Air Warfare Center - Weapons Division (NAWCWD) AV-8B Joint Systems Support Activity (JSSA) Integrated Product Team (IPT) in conjunction with PMA-257 have a follow-on requirement to support development of System Configuration Set (SCS) updates, Avionics and Weapons Integration, and Avionics obsolescence mitigation support for the T/AV-8B aircraft. The Boeing Company is the prime T/AV-8B aircraft designer, developer, and manufacturer and is the incumbent on current contract N6893612C0141. *PROCUREMENT TYPE The Naval Air Systems Command, Naval Air Warfare Center Weapons Division, China Lake, CA intends to procure, on an other than full and open competition basis under the authority of FAR 6.302, only one responsible source and no other supplies or services will satisfy agency need. This is a follow-on procurement to contract N6893612C0141 for research and development for the AV-8B Joint Systems Support Activity (JSSA). This contract will provide engineering support during the development of System Configuration Set (SCS) H7.0 and HX.0 updates, Avionics and Weapons Integration, and Avionics obsolescence mitigation for the T/AV-8B aircraft. This notice of intent is not a request for competitive proposals; however, any firm believing it can fulfill the requirement identified above may submit a written response to be received at the Contracting Office no later than 15 days after the date of publication of this notice, which shall be considered by the agency. The written response shall reference solicitation number N6893617R0025 and provide a capability statement that clearly indicates the firm's experience, assets, background, and ability to perform the required work without compromising the quality, accuracy, reliability, and schedule. The solicitation or Request for Proposal (RFP) will be posted on the FEDBIZOPPS website at http://www.fbo.gov/ on or about (insert date). All responsible sources must be registered in the System for Award Management (SAM) database at the following website: https://www.sam.gov/portal/public/SAM/. Written responses shall be submitted by e-mail to the point(s) of contact listed below no later than 15 days from this notice date. Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access Controlled Unclassified Information within FBO. See the DLIS website for registration details: http://www.dlis.dla.mil/jcp/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4e529ae927bcb83be63bc066055cb7f8)
- Place of Performance
- Address: Saint Louis, Missouri, United States
- Record
- SN04429503-W 20170311/170309234452-4e529ae927bcb83be63bc066055cb7f8 (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 |