SOLICITATION NOTICE
K -- KC-130J Harvest Hawk Plus Configuration Aircraft Offensive Air Support (OAS) and Multi-Sensor Imagery Reconnaissance (MIR) Missions
- Notice Date
- 2/24/2021 11:15:16 AM
- Notice Type
- Presolicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N0001922RFPREQPMA2070448
- Response Due
- 3/11/2021 2:00:00 PM
- Archive Date
- 03/26/2021
- Point of Contact
- Stephanie Ruth Savage, Kristina Johnson
- E-Mail Address
-
stephanie.savage@navy.mil, kristina.m.johnson@navy.mil
(stephanie.savage@navy.mil, kristina.m.johnson@navy.mil)
- Description
- The Naval Air Systems Command (NAVAIR) KC-130J Program Office (PMA-207) intends to negotiate and award a sole source Contract to Sierra Nevada Corporation (SNC).� The anticipated contract will include a one-year base period, and four (4) one-year option periods, for a total of five (5) years.� The contract will be issued on a sole source basis to SNC, in order to provide the supplies and services necessary to design, manufacture, test, integrate and install the Harvest Hercules Airborne Weapons Kit (HAWK) Plus (HH+), in support of the weapons and sensor systems for KC-130J Harvest Hawk Plus Aircraft Offensive Air Support (OAS) and Multi-Sensor Imagery Reconnaissance (MIR) missions for the U.S. Marine Corps (USMC), and the U.S. Navy (USN).� This procurement includes CONUS and OCONUS Field Service Representative (FSR) Support; Software Sustainment Support of a System Integration Laboratory (SIL) for testing, Diminishing Manufacturing Sources and Material Shortages (DMSMS)/Obsolescence management, software development and modification support, engineering investigations and maintenance of fielded systems, and various program management functions. �Software Development and modification support includes, but is not limited to: Engineering Change Proposals (ECPs), retrofit kit development and installation, associated non-recurring engineering (NRE), systems engineering, integrated logistics support, production support, technical manual development and sustainment, test and evaluation support, spares support and repair of repairables, training systems simulators/devices sustainment and modification, and associated support equipment.� The non-recurring engineering for all of the listed capabilities require revisions to the HH+ Mission Operator Pallet (MOP) via hardware and BURMA software modifications.� Retrofit kit procurements include Beyond Line Of Sight (BLOS) Phase II, Intercommunications System (ICS), Link-16, Windows 10, and Joint Air-to-Ground Missiles (JAGM).� The Government intends to award a sole source contract to SNC under the authority of FAR 6.302-1, ""Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements�.� Implementation and operation of the weapon and sensor systems that provide the Close Air Support and Intelligence Surveillance and Reconnaissance capability on the KC-130J aircraft is performed via the integrated SNC Burma software suite.� SNC is the sole designer, developer, manufacturer and integrator of the Burma software suite.� In order to meet the engineering and logistics requirements, technical data associated with the Burma software and hardware is required to define, control, and document all physical, electrical, structural, software and functional interfaces between the KC-130J aircraft systems and software.� The technical data is proprietary to SNC.� At this time, SNC is unwilling to sell rights to their technical data sufficient to enable competition.� As a result, SNC is the only source that possesses the requisite knowledge, experience, and technical data to perform the required efforts.� For subcontracting opportunities, please contact SNC directly: Angela Campbell, Angela.Campbell@sncorp.com. This notice of intent is not a request for competitive proposals. Interested parties, however, may identify their interest and capability by responding to this requirement. The Government will consider all capability information received prior to the closing date of this synopsis. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement.� 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. �No phone inquiries will be entertained.� This synopsis is for informational purposes only.� Reponses shall be made by email to Stephanie Savage, stephanie.savage@navy.mil. Unless otherwise stated herein, no additional written information is available.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/dc47e13ce02147988d84542cb1723be7/view)
- Place of Performance
- Address: Colorado Springs, CO 80916, USA
- Zip Code: 80916
- Country: USA
- Zip Code: 80916
- Record
- SN05925447-F 20210226/210224230114 (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 |