SOLICITATION NOTICE
10 -- Enhanced Digital Fire Control Interface for MK-54 Lightweight Torpedoes
- Notice Date
- 2/21/2025 5:51:43 AM
- Notice Type
- Presolicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N00019-24-RFPREQ-APM299-0028-v2
- Response Due
- 3/6/2025 8:00:00 PM
- Archive Date
- 03/21/2025
- Point of Contact
- Morgan P. McKay, Amber Yurko
- E-Mail Address
-
morgan.p.mckay.civ@us.navy.mil, amber.f.yurko.civ@us.navy.mil
(morgan.p.mckay.civ@us.navy.mil, amber.f.yurko.civ@us.navy.mil)
- Description
- The Naval Air Systems Command (NAVAIR) intends to award a Cost Plus Fixed Fee (CPFF) Delivery Order (DO) under a Basic Ordering Agreement (BOA) on a sole source basis with Lockheed Martin Rotary and Mission Systems (LM RMS) in Owego, NY. This effort is for the integration of the Enhanced Digital Fire Control Interface (eDFCI) software for MK-54 Lightweight Torpedoes developed by the MH-60 Government Software Support Activity (GSSA) at Naval Air Station North Island (NASNI) and Airborne Systems Branch of the Weapons Systems Division at NSWC Crane into the System Configuration (SC) 28 release for Domestic and Royal Australian Navy (RAN) MH-60R aircraft. This effort shall include the Contractor accepting development and test artifacts as Government Furnished Information (GFI) and integrating them into the Contractor�s Configuration Management system, accepting Government Furnished Equipment (GFE) test equipment and installing it in the Contractor�s labs, facilitating the GSSA to merge systems and software documentation and software code into the SC28 versions, providing engineering support for any conflict resolution, translating GSSA test procedures to work in the Contractors labs, and performing some level of eDFCI testing once merged into SC28. The planned period of performance for this effort is from December-2025 through May-2028. This action is being awarded on a sole source basis to LM RMS under the authority permitting other than full and open competition, Title 10, U.S.C. 3204(a)(1), as implemented by FAR 6.302-1, �Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements,� because LM is the only source with the requisite skilled personnel having the technical data, experience and knowledge, to complete these remaining non-recurring engineering efforts in a timely and cost effective manner. Note: The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement. This notice of intent is not a request for competitive proposals. However, any capability statements received by the close of the synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses 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. Questions concerning subcontracting opportunities should be directed to Ms. Laura R. Rogers at (607) 751-3111. Contractor Name and Address: Lockheed Martin Rotary and Mission Systems, 1801 State Route 17C, Owego, NY 13827.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/aeb8e35182ea47a8897ea88c45bcd300/view)
- Place of Performance
- Address: Owego, NY, USA
- Country: USA
- Country: USA
- Record
- SN07349952-F 20250223/250221230031 (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 |