SOLICITATION NOTICE
12 -- DDG 1000 Zumwalt Class Destroyer Ship and Combat Systems Spiral Software Development and Integration
- Notice Date
- 9/2/2010
- Notice Type
- Presolicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- N00024 NAVAL SEA SYSTEMS COMMAND, DC 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC
- ZIP Code
- 00000
- Solicitation Number
- N0002411R5100
- Response Due
- 10/1/2010
- Archive Date
- 10/1/2010
- Point of Contact
- Mr. Brendan OMara 202-781-3512 Mr. Brian Blasser, 202-781-4108
- Small Business Set-Aside
- N/A
- Description
- The Naval Sea Systems Command (NAVSEA) intends to release a request for proposal (RFP) to Raytheon Company, Integrated Defense Systems (Raytheon IDS) in Tewksbury, MA for the development and integration of the DDG 1000 Zumwalt Class Destroyer Spiral software, as well as maintenance and integration of the existing Zumwalt Class software baseline, without providing for full open competition. The Spiral software consists of multiple software releases that will provide a critical extension of the core software capability developed and integrated by Raytheon IDS under previous software releases for the Zumwalt Ship and Combat Systems. Spiral will provide additional capabilities that are required for crew move-aboard, Post-Delivery Availability Testing (Development Test/Operational Test (DT/OT)), and final sail-away configuration for the DDG 1000 Zumwalt Class Destroyer that are not included in the current software baseline. These Spiral software capabilities will build upon and integrate with the existing software capabilities to support the DDG 1000 Class requirements. Maintenance support for all software releases will also be procured. Raytheon IDS is the only existing source with the in-depth technical expertise, knowledge, resources, specialized design tools and testing and maintenance facilities required to produce the Spiral software capabilities, as well as maintenance and integration of the existing Zumwalt Class software baseline, without adverse impact to the Zumwalt shipbuilding production schedule and ship deployment requirements. Any impact to the shipbuilding production schedule may introduce unacceptable cost increases, and any delay may also impact the Navy ™s ship deployment schedule. Raytheon Company has been the Systems Integrator leading the design and integration of Mission Systems Equipment (MSE) and associated software in the DDG 1000 Class since it was part of the team competitively awarded contract N00024-02-C-2302 for Phase III of the DD(X) program in April 2002. As such, Raytheon IDS has established a unique capability as it relates to the development and integration of the total ship computing environment (TSCE), including associated software development, with the MSE for the DDG 1000 Class. A Technical Data Package suitable for competition is not currently available because the development and production of the MSE for the first two ships of this three ship class remains ongoing. Due to the complex nature of the software builds, including the required Ship and Combat System capabilities and overall integration with the Zumwalt Class TSCE, Raytheon is currently the only company that has the historical program experience and in-depth knowledge of the system to have the ability to integrate the added capability and maintain the overall software baseline without significantly impacting the cost and schedule of the program. For the reasons stated above, and pursuant to 10 U.S.C. 2304(c)(1), NAVSEA intends to award a contract for the development and integration of the DDG 1000 Zumwalt Class Destroyer Spiral software, as well as maintenance and integration of the existing Zumwalt Class software baseline, to Raytheon IDS, 50 Apple Hill Drive, Tewksbury, MA 01876. Parties interested in subcontracting opportunities should contact Raytheon directly. Note - The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002411R5100/listing.html)
- Record
- SN02266186-W 20100904/100903000140-4de2362890273b05e591c6f179a3529b (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 |