Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 11, 2018 FBO #6013
SOURCES SOUGHT

A -- System Configuration Set upgrades to the H-1 Aircraft

Notice Date
5/9/2018
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
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
N6893615D0013
 
Archive Date
7/18/2018
 
Point of Contact
Gina Olson, Phone: 7609390829, Henry Frohlich, Phone: 760-939-7301
 
E-Mail Address
gina.olson@navy.mil, henry.frohlich@navy.mil
(gina.olson@navy.mil, henry.frohlich@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This sources sought synopsis is being issued to allow other potential offerors the opportunity to provide capability statements. The Naval Air Warfare Center, Weapons Division intends to award a modification to contract N68936-15-D-0013. This modification will increase the current Indefinite Delivery Indefinite Quantity (IDIQ) Level of Effort and Estimated Cost Plus Fixed Fee required to cover the known work projected through the remainder of the period of performance. This contract is sole source to Northrop Grumman Systems Corporation based on the Federal Acquisition Regulation 6.302-1 justification for only one responsible source and no other supplies or services will satisfy agency requirements. Northrop Grumman is the prime H-1 mission computer manufacturer and is the only qualified source to perform these efforts to meet fleet needs. Additionally, Northrop Grumman is the only firm that possesses the requisite knowledge of the Operational Flight Program and its unique integration of mission systems avionics. Only Northrop Grumman has the software development expertise for the integration of the H-1 mission systems avionics with the mission computer into the aircraft. Northrop Grumman has developed both hardware and software required for the integration of mission systems that are unique to the H-1 aircraft. Only Northrop Grumman can ensure compatibility between Operational Flight software and the mission computer due to the ongoing changes, and upgrades made to the computer. Information regarding the current contract can be requested through the Freedom of Information Act (FOIA) process. The FOIA information concerning the current contract is available at at http://www.navair.navy.mil/foia/.. The contract requires System Configuration Sets (SCS) upgrades, which is a combination of software and hardware configuration items, for the H-1 aircraft, including Foreign Military Sales (FMS) variants. An SCS includes all software and hardware required to implement new capabilities on the aircraft which require the contractor to design, develop and implement upgraded software and ancillary hardware. The contractor shall be capable of developing hardware and software configuration items that meet the fleet user requirements and within program cost, schedule and quality parameters. Cost and schedule variance is less than 10% and quality is 1 defect per 10,000 Source Lines of Code (SLOC). The contractor will be required to perform 80% of the work. The work force will be required to have 10 years average experience in ada, C, and C++ code on H-1 mission systems software. The contractor must have the capacity to develop 250,000 SLOC per year with a productivity of less than 1 labor hour per SLOC. The contractor must be knowledgeable and capable of generating quality software and hardware products for the H-1 Tech Refresh Mission Computer, Stores Management System, Joint Mission Planning System, and subsystems under the integrated avionics system. In addition, the contractor must have an integration understanding of the myriad of sub-systems and weapon systems that are currently integrated on or planned for integration on the multiple variations of H-1 aircraft. The contractor will be required to present artifacts as evidence of the above requirements. In addition, the contractor shall meet the following Security Requirements at contract award: Sensitive Compartmented Information (SCI) access. The contractor shall require non-substantial SCI access in the performance of the contract requirement. The contractor shall not be required to store SCI materials or maintain an SCI facility. All SCI work will be conducted within existing Government SCI facilities. The contractor shall support and participate in H-1 flight testing activities that require SCI access. The contractor shall be required to visit classified DoD test facilities in performance of test functions and objectives. The contractor shall possess the requisite security clearances to access these facilities. Any interested party that feels they can meet this requirement must identify in writing their interest, experience, and capability to satisfy the requirement no later than 16 May 2018 via email to the contract specialist Gina Olson at gina.olson@navy.mil via a Microsoft Word.doc or Acrobat Adobe.pdf file. File must not exceed 10 pages with a minimum font size of 12 point. THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c5e319ae521bb708a71b09802ec9a542)
 
Record
SN04916753-W 20180511/180509230845-c5e319ae521bb708a71b09802ec9a542 (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.