Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 10, 2017 FBO #5861
SOLICITATION NOTICE

A -- Aegis Ballistic Missile Defense 6 (BMD 6.0) and Common Source Library (CSL) Integration and Test (I&T)

Notice Date
12/8/2017
 
Notice Type
Presolicitation
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
Other Defense Agencies, Missile Defense Agency, MDA-DAC, 5224 Martin Road, Attn: VBIII, Redstone Arsenal, Alabama, 35898, United States
 
ZIP Code
35898
 
Solicitation Number
HQ027617R0002
 
Archive Date
1/10/2018
 
Point of Contact
Gloria A. Powell, , Katherine Hall,
 
E-Mail Address
gloria.powell@mda.mil, katherine.hall@mda.mil
(gloria.powell@mda.mil, katherine.hall@mda.mil)
 
Small Business Set-Aside
N/A
 
Description
The Missile Defense Agency (MDA) intends to award a sole source contract to Lockheed Martin Rotary Mission Systems (LM RMS) of Moorestown, New Jersey to continue as the Aegis BMD Combat System Engineering Agent (CSEA) and Aegis BMD Weapons System design, development, and computer program source for Aegis Destroyers. This effort is part of the AEGIS Ballistic Missile Defense Program. Aegis BMD is the naval component of the Missile Defense Agency's Ballistic Missile Defense System (BMDS). LM RMS will work with the United States Navy to provide support to the Aegis BMD 6.0 Weapon System and Common Source Library Integration and Test (CSL I&T) for Aegis BMD CSL Baselines. LM RMS will design, develop, integrate, test, and certify the Aegis BMD 6.0 capability, and will be responsible for the CSL I&T efforts associated with Aegis BMD CSL Baselines through 2025. LM RMS will provide: system engineering and program management, BMD System (BMDS) ground test and integration, BMDS flight test support, Beowulf Cluster Support, program status and management reports, business technical reviews, and integrated product and process development. LM RMS will continue to work in close collaboration with the Prime Contractors for the other MDA Ballistic Missile Defense System (BMDS) elements to optimize Aegis BMD performance as part of the BMDS. LM RMS, and its predecessor companies, has served as the USN's Aegis CSEA and computer program development source since the Aegis Program inception in 1969. LM RMS has also performed as the Aegis BMD CSEA and computer program development source since the Aegis BMD program's inception. As a result of LM RMS' involvement in the Aegis Ballistic Missile Defense Program, it is the only known source that currently possess the in-depth technical knowledge of the system to satisfactorily perform the work. This expertise cannot be attained by any other contractor within the anticipated period of performance without incurring a substantial duplication of costs and an unacceptable delay in fulfilling the Agency's requirements. The anticipated period of performance is seven (7) years after contract award. The proposed contract action is for system engineering expertise for which the Government intends to solicit and negotiate with only one source under the authority of 10 U.S.C. 2304(c)(1) as implemented by Federal Acquisition Regulation 6.302-1. If there is a contractor who reasonably believes it can execute this requirement without incurring substantial duplication of costs and fulfill MDA's requirement without experiencing unacceptable delays, please submit a capability statement (not to exceed 10 pages) to this office by the stated response date. The U.S Government is not liable for any cost associated with the capability statement. Responses received will not be returned. This notice is not a request for competitive proposals. Companies interested in subcontracting opportunities should contact LM RMS directly. Approved for Public Release 17-MDA-9401 (30 OCT 17)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/MDA/MDA-DAC/HQ027617R0002/listing.html)
 
Place of Performance
Address: Moorestown, New Jersey, United States
 
Record
SN04761791-W 20171210/171208231004-ee716bf11652e67655e5d68d6976c669 (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.