SOLICITATION NOTICE
12 -- AEGIS Combat System Engineering Agent (CSEA) Design, Development, and Integration
- Notice Date
- 5/27/2011
- 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
- N0002411R5120
- Response Due
- 6/30/2011
- Archive Date
- 6/30/2011
- Point of Contact
- Ms. Jennifer Nelligan 202-781-2057 Mr. Brendan OMara, 202-781-3512
- Small Business Set-Aside
- N/A
- Description
- ** NOTE “ This pre-solicitation notice supersedes all previous notices for Solicitation Number N0002410R5120 issued by the Naval Sea Systems Command. This notice is intended to provide an updated summary of subject procurement to all interested offerors. The Government is not responding to questions at this time. Questions from potential offerors will be accepted after formal solicitation release, which is expected in Summer 2011. ** The Naval Sea Systems Command (NAVSEA) intends to issue a competitive solicitation for Aegis Combat System Engineering Agent (CSEA) design, development, and integration efforts, including Advanced Capability Build (ACB) development, in support of the Program Executive Officer for Integrated Warfare Systems (PEO IWS) and the Major Program Manager (MPM) for Integrated Combat Systems (PEO IWS 1.0). Requirements include design, development, and integration of the Aegis Weapon System (AWS) and Aegis Combat System (ACS) future capabilities for the CG 47 and DDG 51 ship classes, and other future ships with a combat system that is an evolution of the Aegis Combat System. PEO IWS plans to evolve AWS/ACS through periodic Advanced Capability Builds (ACB), which will deliver new capability to ships, and through periodic Technology Insertions (TI), which will modernize the ships ™ computing plants and provide a foundation upon which the combat system can function. The systems engineering, development, and integration work under this contract will execute future ACBs/TIs through the period of performance of the contract. The successful offeror shall provide engineering services associated with the integration of new combat systems configurations and interfaces including systems engineering, software development, and upgrades in support of the Aegis class ships. A summary of the anticipated requirements by contract line item and contract-type is hereby provided for information/planning purposes. The solicitation will provide all detailed Statement of Work (SOW) and deliverable requirements of each. - ACB 16: Cost-plus-fixed-fee (CPFF) completion form (see FAR 16.306(d)(1)) with specified performance incentives; - Technology Insertion (TI) 16: CPFF term form with a specified level of effort (see FAR 16.306(d)(2) and (4)) and specified performance incentives; - Air and Missile Defense Radar (AMDR) Integration Engineering Load: CPFF completion form with specified performance incentives; - ACB 20: CPFF term form with a specified level of effort and specified performance incentives; - TI 20: CPFF term form with a specified level of effort and specified performance incentives; - In-Service Baseline Maintenance, Special Studies, and Miscellaneous Support: CPFF term form with a specified level of effort; - Other Direct Costs (e.g., travel): Cost-only (see FAR 16.302); and - Enhanced Data Rights: Firm-fixed price (see FAR 16.202-1) option. NAVSEA intends to award one (1) cost-type contract, as described above, via full and open competition. Potential offerors should note that this contract structure differs from the previous structure of the draft solicitation N0002410R5120, originally released on 29 April 2010. The revised structure reflected above includes CPFF completion form line items, where practicable, for which offerors will be required to price and baseline defined tasks for completion. The structure of draft solicitation N0002410R5120 included only CPFF term form line items with a specified level of effort (i.e., man-hours) and sample Technical Instructions that would be used by the Government only for the purpose of evaluating technical capability and price. As noted above, FAR 16.306(d) describes these two basic forms of CPFF contracts in further detail. This pre-solicitation notice 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 https://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. Disclaimer: This pre-solicitation notice is for information only, and shall not be construed as a commitment by the Government to solicit contractual offers or award contracts. The Government is not soliciting, nor will it accept, proposals as a result of this synopsis. If a solicitation is issued in the future, it will be announced via FBO/NECO and interested parties must comply with that announcement. The Government will not reimburse respondents for any questions submitted or information provided as a result of this notice. This is not an RFP or a promise to issue an RFP and this information is subject to modification and in no way binds the Government to award a contract. Hard copies of the solicitation will not be provided or mailed. Interested offerors should monitor the identified websites for the release of the solicitation. Since this solicitation, and any applicable amendments, will be issued electronically, the Government is under no obligation to maintain a bidder ™s mailing list. IMPORTANT: In order to be considered for contract award, each offeror must have a TOP SECRET facility clearance and must be a United States (US) company or an independent US subsidiary. However, foreign contractors may act as subcontractors to U.S. prime contractors. The export of defense articles, defense services, and related technical data is subject to the Arms Export Control Act and the International Traffic in Arms Regulations (ITAR) and requires the issuance of an export license by the U.S. Department of State.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002411R5120/listing.html)
- Record
- SN02459471-W 20110529/110527234614-f984413d826710b9f545df9209e73222 (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 |