SOLICITATION NOTICE
A -- Low-Cost Acoustic Processor (LCAP) engineering tool procurement and support for Anti-Submarine Warfare (ASW) engineering development and test activities
- Notice Date
- 6/15/2023 11:59:32 AM
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N00019-23-RFPREQ-APM264-0131
- Response Due
- 6/15/2023 12:00:00 PM
- Archive Date
- 06/30/2023
- Point of Contact
- Jasmine McCree, Lisa Troccoli
- E-Mail Address
-
jasmine.a.mccree.civ@us.navy.mil, lisa.j.troccoli.civ@us.navy.mil
(jasmine.a.mccree.civ@us.navy.mil, lisa.j.troccoli.civ@us.navy.mil)
- Description
- Naval Air Systems Command (NAVAIR) at Patuxent River, MD, intends to award an order for the procurement of the Low-Cost Acoustic Processor (LCAP) engineering tool and associated support to RDA Inc., Doylestown, PA, on a sole source basis under a Basic Ordering Agreement (BOA). LCAP is used for high-fidelity acoustic data collection and analysis of Anti-Submarine Warfare (ASW) engineering development and test activities. This includes Multi-static Active Coherent (MAC), MAC Enhancements (MAC-E), Multiple Input Multiple Output (MIMO), Acoustic Communications (ACOMMS), new functionality with the AN/SSQ-101 series and the AN/SSQ-125 series sonobuoys, procurement and/or repair of Buoy in a Boxes (BIAB), concurrent processing of active and passive sonobuoys, new operator machine interface designs, High Duty Cycle (HDC), demonstration of Advanced Product Build (APB) concepts, Under Sea Advantage (USA) source/receiver sonobuoy array modifications and associated USA processing. These efforts will include the following: 1) test, evaluation, installation, and integration of LCAP; 2) participation in Airborne (Air) ASW platform scientific testing and development efforts, 3) off-site field testing for Research & Development (R&D), Developmental Test (DT) and Operational Test (OT); 4) post-mission data analysis, user training, and development of Fleet training programs, documentation, and analysis. The procurement is being pursued on a sole source basis under the statutory authority 10 U.S.C 3204(a)(1) as implemented by Federal Acquisition Regulation (FAR) 6.302-1, �Only one responsible source and no other supplies or services will satisfy agency requirements.� A request for sources sought was issued for this requirement under the original BOA on 24 March 2023 and closed on 08 April 2023.� This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received within forty five (45) days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract based upon response to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/81a80d7e0cdb478fa3a36949675e704f/view)
- Place of Performance
- Address: Doylestown, PA 18901, USA
- Zip Code: 18901
- Country: USA
- Zip Code: 18901
- Record
- SN06717083-F 20230617/230616060708 (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 |