SOLICITATION NOTICE
15 -- Non-Recurring Engineering (NRE) required to implement, integrate and test MK54 Torpedo Operating System Interface (OSI) Enhancements for the MH-60R aircraft
- Notice Date
- 7/28/2015
- Notice Type
- Presolicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N00019-15-P2-PMA-299-0190
- Point of Contact
- Karen Downs, Phone: 301-757-5242, Lisa M Maples, Phone: (301) 757-5277
- E-Mail Address
-
Karen.Downs@navy.mil, Lisa.M.Maples@navy.mil
(Karen.Downs@navy.mil, Lisa.M.Maples@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Air Systems Command (NAVAIR) intends to award a Cost Plus Fixed Fee (CPFF) Delivery Order under Basic Ordering Agreement (BOA) N00019-14-G-0019 on a sole source basis with Lockheed Martin Mission Systems and Training (LM MST) in Owego, NY. This effort is for non-recurring engineering and software development, laboratory, ground and flight testing, program management activities, logistics support, and training to integrate MK54 OSI capabilities to the existing MH-60R OSI and includes revisions to the Aircraft Acceptance Procedures (ATPs), software and logistics products. As part of the MK54 Torpedo OSI enhancements, a Joint Mission Planning System (JMPS) integration effort will require both an Avionics Operating Program (AOP) and JMPS MH-60 Unique Planning Component (UPC) software modification. This action is being awarded on a sole source basis to Lockheed Martin Mission Systems and Training in accordance with the statutory authority permitting other than full and open competition under Title 10 U.S.C. 2304 (c)(1), as implemented by FAR Part 6.302-1, "Only one responsible source and no other supplies or services will satisfy agency requirements." LM MST is the prime integrator for the MH-60R aircraft and is the only known source with the knowledge, experience, expertise and proprietary technical data required to successfully perform these tasks. Note: The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement. This notice of intent is not a request for competitive proposals. However, any capability statements received within thirty days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete 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. Questions concerning subcontracting opportunities should be directed to Ms. Sheila Oechslin at (607) 751-6438. Contractor Name and Address: Lockheed Martin Mission Systems and Training, 1801 State RT 17 C, Owego, NY 13827-3900!!
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-15-P2-PMA-299-0190/listing.html)
- Place of Performance
- Address: Lockheed Martin Mission Systems and Training, 1801 State RT 17 C, Owego, New York, 13827-3900, United States
- Zip Code: 13827-3900
- Zip Code: 13827-3900
- Record
- SN03813996-W 20150730/150729000420-952e54c02b33020a6097d854541a3c36 (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 |