AWARD
A -- Flight Test Instrumentation (FTI), Development, Production and Installation
- Notice Date
- 12/23/2022 9:50:18 AM
- Notice Type
- Award Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- STRATEGIC SYSTEMS PROGRAMS WASHINGTON NAVY YARD DC 20374-5127 USA
- ZIP Code
- 20374-5127
- Solicitation Number
- N00030-22-R-2001-NP1-Rev1
- Archive Date
- 01/06/2023
- Point of Contact
- Contracting Officer, Phone: (202) 451-3259, SPN20, Contracting Officer, Phone: (202) 451-3235
- E-Mail Address
-
SPN206@ssp.navy.mil, SPN20@ssp.navy.mil
(SPN206@ssp.navy.mil, SPN20@ssp.navy.mil)
- Award Number
- N0003022C2001-P00012
- Award Date
- 12/22/2022
- Awardee
- Interstate Electronics Corporation CA 92805-5607 USA
- Award Amount
- 78230645.00
- Description
- SSP is procuring follow-on engineering services support for U.S. Navy SSP-owned Flight Test Instrumentation (FTI) systems operated in support of SSP Trident II Flight Tests, with L3Harris - Interstate Electronics Corporation (IEC). The work includes engineering services support for U.S. Navy Strategic Systems Programs-owned Shipboard Data System Maintenance Information Network (MIN) / Electronic Work Log (EWL), and Hovering Missile Computer Control System (HMCCS) Data Recorder. Scope will�address System, Software, Hardware, Fleet Docs and Maintainability, Sustainability and Agility.� For RF1 (Refresh 1), the SDS (Shipboard Data System) hardware, software, documentation and HMCCS DR (Hovering Missile Computer Control System Data Recorder) for the initial deployment will�include updating, certifying and re-conditioning each asset required to further execute mission objectives. SSP also requires development, delivery, and verification of two ship-based radar systems as part of a Pacific-dedicated Broad Ocean Area (BOA) Terminal Area Scoring suite of systems. This suite will be dedicated for use on Trident II flight tests as well as U.S. Air Force Ground Based Strategic Deterrent (GBSD) flight tests. These radars must meet terminal area requirements of both programs and provide comparable datasets to existing BOA systems. The Period of Performance is estimated to be five (5) years.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/45e98c13729f46c2a82178107504012a/view)
- Place of Performance
- Address: Anaheim, CA 92803, USA
- Zip Code: 92803
- Country: USA
- Zip Code: 92803
- Record
- SN06551212-F 20221225/221224211836 (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 |