SOLICITATION NOTICE
J -- Design engineering and technical support for repair, modification, overhaul/replacement of Aegis Weapons System and Depot Operations and ILS
- Notice Date
- 2/26/2010
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- N00024 NAVAL SEA SYSTEMS COMMAND, DC 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC
- ZIP Code
- 00000
- Solicitation Number
- N0002410R4308
- Response Due
- 3/15/2010
- Archive Date
- 3/30/2010
- Point of Contact
- Fred M. Pohlmann 202-781-5155
- Small Business Set-Aside
- N/A
- Description
- This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Naval Sea Systems Command (NAVSEA). The Naval Sea Systems Command plans to procure, on an other than full and open competition basis, from Lockheed Martin Mission Systems and Sensors (LM MS2), engineering support for the personnel, facilities, and support services necessary to operate the Depot Operations, and Integrated Logistics Support (ILS) for the AN/SPY-1 Radar System and the integrated Aegis Weapon System (AWS) in Moorestown, New Jersey as well as on-board fleet vessels equipped with the AWS. The contractor shall provide all necessary services to open and inspect assemblies, components, parts, subassemblies, tools and test equipment and to repair, refurbish, overhaul, or alter assemblies, components, parts, subassemblies, tools, and test equipment necessary for the operation, deployment, continued production, and sustainment of the AWS. The contractor shall provide on-site, secure, environmentally protected storage for parts, components, assemblies, systems, jigs, fixtures, test equipment and material for the AWS. The Contractor shall maintain an Inventory Management Database and allow for accessible location and removal of parts and allow for induction of additional parts into storage. The contractor shall also provide a broad range of Total Life Cycle Engineering and Technical Services for the AWS including Program Management, Reliability Maintainability Analysis, Manpower Planning and Analysis and technical data including the Combat Systems Operational Sequencing System (CSOSS). As the Original Equipment Manufacturer (OEM), LM MS2, has continuously been assigned as the Design Agent for these systems and has solely designed, developed, produced and integrated these systems for the US Navy and Foreign Military Sales. LM MS2 is the only known source that possesses the in-depth technical knowledge, expertise and capability required to manufacture, alter, and repair these systems and components. Only LM MS2 Systems has the design data/specifications/test equipment that enable design of equipment changes and depot repair of parts while maintaining system operational capability and safety. It is anticipated that this contract will be awarded as a Cost Plus Incentive Fee (CPIF) Requirements Contract. The contract will include a one-year base period, and four one-year options with an anticipated Period of Performance from 1 October 2010 through 30 September 2015, if all options are exercised. All responsible sources may submit a Capability Statement which shall be e-mailed to Fred M. Pohlmann at fred.pohlmann@navy.mil. In order to be considered, Capability Statements must be received no later than 15 March 2010. The Capability Statement must clearly show the firm's technical capability and responsibility to perform this work without compromising the quality, accuracy, or reliability of the AWS. The Capability Statement shall cover the following: 1.Perform test and repair operations utilizing approved test method instructions to fault isolate, repair and test AWS line Replaceable Units. This capability would include the ability to make adjustments and remove components as required for fault isolation, operate automated test systems using test software and support reliability, maintainability and availability analyses. 2.Ability to provide stockroom lifetime support operations for AWS ships to include: provisioning and logistics data based on ship baselines, individual hulls, Free Standing Units (FSU), LRUs and component piece parts. Once the Capability Statement is received, NAVSEA will evaluate the submittal to determine whether or not this contract should be awarded under other than full and open competition.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002410R4308/listing.html)
- Record
- SN02078522-W 20100228/100227000403-f4688c0247d6caefc925fe764fa83848 (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 |