AWARD
A -- P-8A Acoustic Operational Flight Program (AOFP) Capability Defect Package (CDP) and Acoustic Software Improvement Support Tasks for Air Anti-Submarine Warfare (ASW) Systems Program Office (PMA-264)
- Notice Date
- 3/17/2022 8:58:01 AM
- Notice Type
- Award Notice
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N00019-22-RFPREQ-PMA-264-0013
- Archive Date
- 03/31/2022
- Small Business Set-Aside
- 8AN 8(a) Sole Source (FAR 19.8)
- Award Number
- N00019-22-D-0007
- Award Date
- 02/08/2022
- Awardee
- BOEING COMPANY, THE CA 92647-2080 USA
- Award Amount
- 94902277.00
- Description
- The Naval Air Systems Command (NAVAIR) awarded contract an indefinite-delivery/indefinite quantity contract for the procurement of Capability Defect Package (CDP) fixes and other capability improvements to the Acoustic Operational Flight Program (AOFP), the acoustic analyzing software on the P-8. The ordering period is 8 February 2022 through 7 February 2027. The effort was procured pursuant to 10 U.S.C. 2304(c)(l) and FAR 6.302-1, ""Only One Responsible Source and No Other Type of Supplies or Services will Satisfy Agency Requirements."" Boeing, Huntington Beach is the Original Equipment Manufacturer (OEM) of the Acoustic Operational Flight Program (AOFP) and as such, has technical expertise and knowledge that no other entity (Organic or Vendor) is able to provide, in the timeframe required to meet the P-8A schedule for future Fleet Releases (FRs). The FR schedule would be severely delayed if the decision were made to have anyone aside from the OEM, perform the CDP fixes. These fixes are performed on an annual basis, and therefore require immediate resolution and rapid integration into the AOFP. A different vendor would not only require time to understand the code well enough to be able to apply further developments and implement fixes, but they would also need to develop replacement software test tools for those that are Boeing proprietary. It was determined that a CPFF contract action was the appropriate contract type pursuant to DFARS 235.006(b)(ii)(A).� The use of a fixed-price type contract would not provide an equitable and sensible allocation of program risk between the Government and the Contractor, and using a cost-plus-incentive fee is not practical. The exact nature and precise method of accomplishing the work is not sufficiently detailed to adequately predict costs on a fixed price basis. This effort is a term level of effort action due to support being required from the Contractor for a specified amount of time rather than to completion of specific, pre-determined deliverables.� This is due to the evolving nature of the software requirements, which make it difficult to predict definite requirements for the period of performance.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/67ed8b5fd9484eb3909c816e7a578d03/view)
- Place of Performance
- Address: Huntington Beach, CA, USA
- Country: USA
- Country: USA
- Record
- SN06269603-F 20220319/220317230051 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |