Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 08, 2022 SAM #7617
SOLICITATION NOTICE

K -- Weapons And Systems Integration Support Services (WSISS) � Bridge

Notice Date
10/6/2022 4:08:58 PM
 
Notice Type
Presolicitation
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
NAVAL AIR WARFARE CENTER CHINA LAKE CA 93555-6018 USA
 
ZIP Code
93555-6018
 
Solicitation Number
N6893618D0006
 
Response Due
10/21/2022 4:00:00 PM
 
Archive Date
10/21/2032
 
Point of Contact
Chris Bachman, Phone: 7607934543, Henry Frohlich, Phone: 7607934506
 
E-Mail Address
christopher.p.bachman2.civ@us.navy.mil, henry.m.frohlich.civ@us.navy.mil
(christopher.p.bachman2.civ@us.navy.mil, henry.m.frohlich.civ@us.navy.mil)
 
Description
The Naval Air Warfare Center Weapons Division (NAWCWD), China Lake, CA intends to procure on an other than full and open competition basis from DCS Corporation, 6909 Metro Park Drive Suite 500, ALEXANDRIA VA 22310-3273, a bridge contract for 684,220 hours of support services. This is necessary for the continuance of contractor services to the NAWCWD Aircraft IPTs in their support of associated aircraft and weapons and support systems. The General Scope of Work Summary: a. Integration of weapons, avionics, sensors, targeting systems, system hardware, and software (including system analysis, research, development, engineering, testing, test equipment design/fabrication/maintenance, mission simulation, and interoperability assurance): b. Software engineering/development for aircraft computers, avionics, sensors, targeting systems, weapons systems, test laboratories, simulators, mission and system support equipment (including Software Quality Assurance (SQA) Software Configuration Management (SCM) and Verification and Validation (V&V): c. IPT program technical services (including special technical research, studies, Quality Assurance (QA), Configuration Management (CM), Data Management (DM), communications management, equipment management, and maintenance of support systems): d. Design, Fabrication, integration, and purchase of materials supporting operation of test and simulation equipment, flight and system trainers and/or simulator equipment (including mission and interoperability simulations): e. Aircraft modifications, aircraft test instrumentation, and telemetry systems design, development, installation, maintenance, service, setup, and operation (including ground-based telemetry systems): f. Training in areas where the contractor has special knowledge or expertise (such as legacy systems, etc) and in the use and/or maintenance of software and/or system designed by the contractor. g. Training and purchase of materials and personnel in the use of agile principles and applications in support of the IPT�s identified in this summary. This bridge contract is required to allow sufficient time for the completion of protest proceedings on the follow-on contract. �Per FAR 6.302-1, �Only one responsible source and no other supplies or services will satisfy agency requirements.� DCS is the sole source capable of providing these efforts without creating impact on the sponsor schedules, project schedules, operations and operational readiness that would be caused by a break in service. Due to the ongoing nature of the support services currently being performed under this contract, DCS is the only practical source for providing the necessary continuation of these services. It is anticipated the bridge contract will cover 01 November 2022 through 31 October 2023. THIS IS A NOTICE OF INTENT AND NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, responsible interested parties may submit information in which they identify their interest and capabilities to respond to this requirement. The Government will consider all information received by 21 October 2022 at 4:00PM PST. A determination by the Government not to compete this procurement based upon responses to this notice is solely within the discretion of the Government. The Government will not pay for any information received. No telephone responses will be accepted. Any submissions or questions shall be submitted via email to Chris Bachman at christopher.p.bachman2.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6b90da345a0848d680073e12c901eb41/view)
 
Record
SN06488453-F 20221008/221006230058 (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.