Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 02, 2020 SAM #6821
SOLICITATION NOTICE

69 -- Simulated F-35 Helmet Mounted Displays

Notice Date
7/31/2020 4:56:10 AM
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV LKE JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N6833520R0296
 
Response Due
8/15/2020 6:30:00 AM
 
Archive Date
08/30/2020
 
Point of Contact
Thomas Kracinovich, Phone: 7323237547
 
E-Mail Address
thomas.kracinovich@navy.mil
(thomas.kracinovich@navy.mil)
 
Description
The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, NJ intends to negotiate an Indefinite Delivery Indefinite Quantity Fixed Price contract, on a sole source basis, with Rockwell Collins Optronics, Inc., CAGE 66689, 400 Collins Rd, Cedar Rapids, IA, 52498-0505.� The contract will procure up to 60 Joint Strike Fighter (JSF) Simulated Helmet Mounted Display (HMD) Systems over a five-year period to be used in the F-35 Joint Simulation Environment (JSE) program full mission simulator. The Simulated HMDs shall be designed for use in the JSE full mission simulator. The Simulated HMDs shall utilize visor technology for visual display. The Simulated HMDs shall replicate the capability and limitations of the JSF operational HMD. This includes a number of technical elements such as field of view, image resolution, weight and balance, brightness and contrast ratio, and light transmission as well as the physical configuration. The initial order of the Simulated HMDs shall be delivered and ready for use in March 2022. The Simulated HMDs must have either been previously evaluated to confirm that they meet the requirements above, or have prototype units undergo evaluation before production begins. The Government does not possess the technical data to manufacture the required hardware or the technical data required to perform the non-recurring integration support necessary to integrate this equipment within the JSE architecture. Market Research has not found any other sources capable of meeting the Government�s current requirement. THIS IS NOT A REQUEST FOR PROPOSALS. 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 10 U.S.C. 2304(c)(1) and as implemented by FAR 6.302-1, ""Only One Responsible Source and No Other Type of Supplies or Services will Satisfy Agency Requirements"". Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received by 9:30 AM EDT 15 August 2020 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. Responses to this notice must include the company name, point of contact, address, area code and telephone number, electronic mail (e-mail) address and company literature sufficient to determine the capability of this company to perform this effort. No phone inquiries will be entertained. Responses shall be made in writing by e-mail to the attention of Tom Kracinovich, thomas.kracinovich@navy.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ca3eb1cc875446b1abfdacfa776c1cd0/view)
 
Record
SN05742029-F 20200802/200731230149 (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 |
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.