SOLICITATION NOTICE
A -- P-8A Long Range Anti-Ship Missile (LRASM) Integration
- Notice Date
- 2/25/2020 11:59:09 AM
- Notice Type
- Presolicitation
- NAICS
- 54171
— Research and Development in the Physical, Engineering, and Life SciencesT
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N00019-20-RFPREQ-PMA-290-0387
- Response Due
- 3/11/2020 8:59:00 PM
- Archive Date
- 03/26/2020
- Point of Contact
- Jessica L. Dean, Phone: 3017570612, Ryan M. Delaney, Phone: 3017575244, Fax: 3019950581
- E-Mail Address
-
Jessica.Dean1@navy.mil, ryan.delaney@navy.mil
(Jessica.Dean1@navy.mil, ryan.delaney@navy.mil)
- Description
- The Naval Air Systems Command (NAVAIR) intends to issue a contract action to the Boeing Company (Boeing), 7755 E Marginal Way S., Seattle, WA 98108-4002, on an other than full and open basis for the procurement of aeromechanical and software integration of the Long Range Anti-Ship Missile (LRASM), along with structural airworthiness flight testing of the following additional weapon systems: 500 lb to 2,000 lb class of Joint Direct Attack Munition (JDAM) variants, Mk62/63/65 mines, Small Diameter Bomb (SDB-II), Miniature Air Launched Decoy (MALD), Bomb Rack Unit BRU-55, and Universal Armament Interface (UAI). Engineering tasks for this effort include upgrades to the Boeing Tactical Open Mission Systems (TOMS) and Stores Management Computer (SMC) software and interfaces, test planning, execution, data reduction, and reporting on flight test efforts. The Contractor shall support the Government in designing, modifying, installing, and maintaining the test aircraft and aircraft sub-system instrumentation. Contract action award is planned to occur in 2nd Quarter FY21.� The planned period of performance is 60 months.� The effort shall be procured pursuant to 10 U.S.C. 2304(c)(1) and FAR 6.302-1, ""Only One Responsible Source and No Other Type of Supplies or Services will Satisfy Agency Requirements.""� The Boeing P-8A team, consisting of the Boeing Commercial Airplanes (BCA) and Integrated Development Systems (IDS) Divisions, is the sole designer, developer and manufacturer of the Boeing 737-800ERX P-8A airframe, as well as the sole integrator of systems. Therefore, only Boeing possesses the knowledge, expertise, and necessary proprietary technical data of commercial 737 aerodynamics, structural finite element analysis, Software Development Enviornment, and software compiler required for the integration and testing needed to permit carriage of the LRASM and other ASW/ASuW weapons on the P-8A platform. Boeing also conducts all integration and testing requirements of TOMS and SMC software within the Weapon System Integration Lab (WSIL) facility.� The Boeing operated WSIL is the only facility able to accommodate the integration of LRASM into the TOMS and SMC software for a P-8A Fleet Release update.� No other party has a facility, engineering knowledge or the technical system expertise capable of completing the integration of AWS into TOMS, which is necessary to execute the tasking required.� The 03 February 2020 Sources Sought Notice provided the opportunity for interested persons by 18 February 2020 to submit a Capability Statement identifying their interest and capability to respond to the requirement or submit proposals. The Government has completed its review of all written information submitted on or before 18 February 2020 in response to the Sources Sought Notice. The Government will not consider any information submitted by interested parties in response to this Presolicitation Notice. This notice of intent is not a request for competitive proposals. Companies interested in subcontracting opportunities should contact Boeing directly via Ms. Paige Bisset at (425) 965-8077 and paige.v.bisset@boeing.com.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d1d0f66399fb4342b10750781169b807/view)
- Place of Performance
- Address: Seattle, WA 98108, USA
- Zip Code: 98108
- Country: USA
- Zip Code: 98108
- Record
- SN05571629-F 20200227/200225230137 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |