AWARD
A -- NavMPS SEIT IPT R&D Support Services
- Notice Date
- 5/19/2016
- Notice Type
- Award Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division, 429 E. Bowen Rd. Stop 4015 - CL, 575 'I' Ave, Bldg 36, Ste 1116 - PM, China Lake/Pt Mugu, California, 93555-6108, United States
- ZIP Code
- 93555-6108
- Solicitation Number
- N6893615R0030
- Archive Date
- 9/16/2016
- Point of Contact
- Katy Willsie, Phone: (805) 989-1908, Kelly L. Reason-Williams, Phone: (805) 989-8514
- E-Mail Address
-
katy.j.willsie@navy.mil, kelly.reason-william@navy.mil
(katy.j.willsie@navy.mil, kelly.reason-william@navy.mil)
- Small Business Set-Aside
- N/A
- Award Number
- N6893616D0028
- Award Date
- 5/19/2016
- Awardee
- Brandes Associates, Inc, 9220 Kimmer Dr. Ste 175, Lone Tree, Colorado 80124-2879, United States
- Award Amount
- $27,684,656.00
- Line Number
- CLIN 0001 – Labor, CLIN 0002 – Material, CLIN 0003 – Travel, CLIN 0004 – Data, CLIN 0005 – Labor (Option), CLIN 0006 – Material (Option), CLIN 0007 – Travel (Option), CLIN 0008 – Data (Option)
- Description
- The Naval Air Warfare Center Weapons Division (NAWCWD) intends to award a Cost Plus Fixed Fee (CPFF), single award, indefinite-delivery indefinite-quantity (IDIQ) contract on a full-and-open competition basis as a Total Small Business Set-aside. The contract will provide for contract support services for the Naval Mission Planning Systems (NavMPS) Systems Engineering, Integration, and Test (SEIT) Integrated Product Team (IPT) located at NAWCWD Point Mugu, CA. Tasks will include design, construction, integration, and testing of products for Joint Mission Planning Systems (JMPS) (Marine, Expeditionary, and Legacy variants), Common Control Systems (CCS), and all associated mission planning and control systems and subsystems for manned and unmanned platforms. The Statement of Work (SOW) associated with the proposed procurement will define spiral development tasks, including preparation of prescribed documentation required in the research, design, development, integration and testing of JMPS, CCS, and other mission planning and control systems products and tools. This requirement was previously presented as potential task order under Seaport-e at NAWCWD Industry Day on July 8th, 2015 under solicitation number N00024-15-R-3075. The Government does not intend to use Seaport-e to solicit proposals for this procurement. This is a Total Small Business Set-Aside under NAICS 541330. Companies that do not meet the definition of Small Business Concern under NAICS 541330 will not be considered. Current NAICS Size Standards can be found at www.sba.gov. The Government is awarding a single award, IDIQ contract with a period of performance of three (3) years and an Option for an additional six (6) months of performance at the conclusion of the third 3rd) year.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8f308ee0bf1da563f0adeb289eefbfd7)
- Place of Performance
- Address: Point Mugu, California, United States
- Record
- SN04122036-W 20160521/160519234025-8f308ee0bf1da563f0adeb289eefbfd7 (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 |