SOLICITATION NOTICE
16 -- F/A-18 A-F and EA-18 G System Configuration Set
- Notice Date
- 10/24/2011
- Notice Type
- Presolicitation
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- N68936 NAVAL AIR WARFARE CENTER WEAPONS DIVISION DEPT.1 Naval Air Warfare Center Weapons Division Dept.1 429 E. Bowen Rd - Stop 4015 China Lake, CA
- ZIP Code
- 00000
- Solicitation Number
- N6893612R0009
- Response Due
- 11/3/2011
- Archive Date
- 11/3/2012
- Point of Contact
- Gina Olson 760-939-0829 Kim Matsunaga 760-939-7084
- E-Mail Address
-
Gina Olson
(gina.olson@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Air Systems Command, Naval Air Warfare Center Weapons Division (NAVAIR WD) intends to award an Indefinite Delivery Indefinite Quantity (IDIQ) cost plus incentive fee, cost plus fixed fee, and firm fixed price contract using other than full and open competition to The Boeing Company, 6200 JS McDonnell Blvd., St. Louis, MO 63134. The contract ordering period is anticipated to be five years. The proposed contract will provide technical products and support for the F/A-18 and E/A-18G aircraft. The contract will provide for System Improvement and Demonstration Products with a minimum of one each and a maximum of 21 each. System Improvement and Demonstration Products include proposed prototypes, pre-production products, support equipment enhancements, simulations and models of weapons systems, obsolete parts replacements, improved processors, and technology demonstrations. The proposed contract will also provide 1,441,758 hours for F/A-18 System Configuration Set (SCS) lifecycle support. The SCS lifecycle includes requirements definition, design, development, verification, validation, Operational Test and Fleet Use. An SCS is a combination of software and hardware configuration items (CIs) that are integrated into a previously deployed baseline configuration and are delivered to the Fleet as highly integrated software and hardware packages. Additionally, the proposed contract will provide system engineering laboratory enhancements, F/A-18 roadmap integration items, and non-recurring engineering change proposals (ECPs) to include hardware/software modifications, test benches, laboratory Weapons Replaceable Assemblies (WRAs), Software Models, and Studies and Analysis. Deliveries will be made freight on board (FOB) destination. Delivery schedules will be identified within individual orders. The Boeing Company is the prime manufacturer of the F/A-18 SCS weapon system for over 30 years, possesses unique aircraft and weapons integration knowledge, sole repository for critical design information, is positioned to adapt the production line to on-going ECPs, has accumulated equipment over the last 35 years and possesses robust laboratory facilities providing compatibility with Government facilities that ensure test integrity. A written solicitation will be issued and posted on the FedBizOpps website. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days 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. Any firms other than The Boeing Company, believing that they can fulfill the requirement may respond in accordance with numbered notes 22 and 26. Award is anticipated on or about May 2013. Place of Performance is predominately at contractor ™s facility. Other locations include China Lake, CA. Responses and requests shall be submitted by email to gina.olson@navy.mil and kim.matsunaga@navy.mil or to Commander, Code 254100D (G. Olson), NAVAIR WD, 429 E. Bowen Rd., Mail Stop 4015, China Lake, CA 93555-6108.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68936D1/N6893612R0009/listing.html)
- Record
- SN02611632-W 20111026/111024233826-189e38ac413658fd50a368d1665a0ba9 (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 |