Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 27, 2017 FBO #5544
SOLICITATION NOTICE

69 -- Sole Source Intent Notification: F/A-18E/F and EA-18G Software Configuration Set/Operational Flight Program Delivery Order Modification

Notice Date
1/25/2017
 
Notice Type
Presolicitation
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
N61340 Naval Air Warfare Center Training Systems Division 12350 Research Parkway Orlando, FL
 
ZIP Code
00000
 
Solicitation Number
N00019H12NGTS
 
Response Due
2/15/2017
 
Archive Date
3/2/2017
 
Point of Contact
Jessica Roach 407-380-8112
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A REQUEST FOR COMPETITIVE PRPOSALS. The Naval Air Warfare Center Training Systems Division (NAWCTSD), Orlando, FL, intends to award a delivery order modification under the Boeing Corporation Basic Ordering Agreement (BOA) N00019-11-G-0001-2099 for the procurement of Next Generation Threat System (NGTS) software for installation on all F/A-18E/F and EA-18G Tactical Operational Flight Trainers (TOFTs). This effort is in conjunction with the H12 System Configuration Set/Operational Flight Program (SCS/OFP) software procurement initially placed with this delivery order award, and a continuation of the H12 SCS/OFP effort that was previously awarded to Boeing and will continue through H-14 SCS/OFP and H-16 SCS/OFP. As the Original Equipment Manufacturer (OEM) of the F/A-18E/F and EA-18G unique software (e.g. “ Active Electronic Scanned Array (AESA) and Integrated Defensive Electronic Counter Measures (IDECM)), Boeing is the only source capable of providing TOFT SCS/OFP and NGTS software. Award to any other contractor would result in substantial duplication of costs to the Government that would not be recovered through competition and would create unacceptable delays in fulfilling F/A-18E/F and EA-18G mission training requirements. This acquisition is being pursued on a sole source basis under statutory authority of 10 U.S.C.(c)(1) as implemented by the Federal Acquisition Regulation (FAR) 6.302-1 (Only one responsible source and no other supplies or services will satisfy agency requirements). This notice of intent is neither a request for competitive proposal nor a solicitation of offers. A Request for Proposal (RFP) for this modification was issued to Boeing on 18 January 2017. In accordance with FAR 5.102(e) a copy of this solicitation is available to any interested party and can be obtained by contacting the Contract Specialist, Jessica Roach, at 407-380-8112 or jessica.roach@navy.mil. A redacted copy of the J and A will be posted within 14 days of award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N00019H12NGTS/listing.html)
 
Place of Performance
Address: The Boeing Company
Zip Code: 6200 JS McDonnell Blvd, St Louis, MO
 
Record
SN04381505-W 20170127/170125235248-16685eff9a78ec5691a340885cb9b04b (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.