SOLICITATION NOTICE
A -- E-2C Intercommunications Set Component Reliability Upgrade
- Notice Date
- 10/30/2012
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Other Defense Agencies, Defense Microelectronics Activity, Defense Microelectronics Activity, 4234 54th Street, McClellan, California, 95652, United States
- ZIP Code
- 95652
- Solicitation Number
- H94003-04-R-CET-12-235
- Archive Date
- 11/30/2012
- Point of Contact
- Jeanne M. Woodcock, Phone: 9162311510
- E-Mail Address
-
woodcock@dmea.osd.mil
(woodcock@dmea.osd.mil)
- Small Business Set-Aside
- N/A
- Award Number
- H94003-04-D-0006-0248
- Award Date
- 9/14/2012
- Description
- The E-2C Hawkeye provides carrier-based and land-based airborne early warning and command and control to Carrier Strike Groups and joint operations ashore. On board crew communications are conducted using the AIC-14A Intercommunications System (ICS). The C-2645D/AIC-14A ICS Control Panel (Master Interphone Control Panel) and the multi-aircraft version of the C-4952, known as the C-12156/AIC-14A ICS Radio Select Panel (R/T Interphone Control Panel), have been identified as significant degraders for the E-2C fleet, experiencing high failure rates due to reduction in reliability as the systems age. In addition, repair costs for these components are expected to increase significantly due to impending obsolescence. RELATIONSHIP BETWEEN THE INITIAL ORDER AND THE FOLLOW-ON ORDER: : In September 2004, DMEA/MEE awarded Multiple Advanced Technology Support Program III (ATSP3), Indefinite Delivery Indefinite Quantity contracts with a combined ceiling of $4.6 billion; a five (5)-year tasking period, and two 5-year options through September 2019. This task is a logical follow-on to the ATSP3 task 10-089 C-2A (Delivery Order 0176), which was posted for fair opportunity; however, only Raytheon proposed. The previous order was awarded on 21 Sep 2010 for $4,500,000 and was modified on 16 Feb 2012 to add $423,338 for a total ceiling of $4,923,338. The modification was accomplished to correct the prototype dimensions due to error in the government supplied documentation. The current task uses the C-2A design as a basis of design and testing methods developed for the C-2A task will also be used for this task. Qualification testing requirements will be fulfilled by similarity to the qualification testing done for the C-2A task. RATIONALE FOR FOLLOW-ON EXCEPTION TO FAIR OPPORTUNITY: Raytheon's inherent familiarity, unique skills and capabilities are derived from their development of the predecessor C-2A task. Further, throughout the course of numerous development, testing, and fielding efforts Raytheon has cultivated a uniquely, highly qualified workforce possessing the skill-set necessary to efficiently and expeditiously conduct this task. The last facet of Raytheon's unique qualifications resides in Raytheon's extensive facilities located at its Indianapolis facilities housing program management, engineering, systems engineering and functional test resources. Design, qualification test, aircraft ground test data developed on the C-2A will be shared with the E-2C task. The sharing of this data along with expertise and experience gained on the C-2A task will yield better and more cost effective E-2C units in a compressed schedule. Because of the sharing of this test data, the Government will save at least $250,000 for the Qualification Testing. An award of this requirement to a source other than Raytheon, would also cause unacceptable delays in fulfilling the Government's need. Efforts to award this requirement competitively would require spending at least $350,000 for replication of engineering development, test labs, test equipment, documentation, manufacturing processes and testing under the E-2C aircraft. Due to the learning curve, a new start would include technical risk of the ICS failing to perform properly when integrated with E-2C. Raytheon's previous expertise will allow them to perform successful integration of the ICS with the E-2C aircraft as well as demonstrate capabilities through aircraft ground test. If another contractor was selected, the integration of the ICS would cause unacceptable schedule and cost risks. lt is in the Government's best interest to leverage Raytheon's current successful experience to ensure the best possible technical performance, lowest cost, and lowest schedule risk for this requirement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DMEA/DMEA/H94003-04-R-CET-12-235/listing.html)
- Record
- SN02921123-W 20121101/121030233744-8db0207672a01df32463a6fed99ecd70 (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 |