SOLICITATION NOTICE
12 -- Synopsis: FY 23-24 Level of Effort Cooperative Engagement Capability Design Agent Ceiling Increase
- Notice Date
- 3/23/2023 3:18:09 PM
- Notice Type
- Presolicitation
- NAICS
- 334
—
- Contracting Office
- NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
- ZIP Code
- 20376-5000
- Solicitation Number
- N00024-19-C-5200-MOD
- Response Due
- 4/7/2023 3:30:00 PM
- Point of Contact
- Michelle Gu, Phone: 2028267445
- E-Mail Address
-
michelle.s.gu.civ@us.navy.mil
(michelle.s.gu.civ@us.navy.mil)
- Description
- The Naval Sea Systems Command (NAVSEA) intends to utilize other than full and open competition to award a modification to existing contract N00024-19-C-5200 with Raytheon Missile & Defense in St. Petersburg, Florida). �This contract modification will increase the contract ceiling to support completion of tasking within the existing scope of the contract during the existing performance of Cooperative Engagement Capability (CEC) Design Agent and Engineering Services (DA/ES) efforts through 2024. This additional ceiling will support the following level of effort (LOE) CEC requirements: Continued development, advanced studies and system enhancements/technical refreshes to existing fielded systems in support of the CEC program including Cybersecurity Risk Management Framework (RMF), CEC Enhanced Training (CET) and CEC Interim Training (CIT), Signal Data Processor Upgrades, Virtual Development Environment (VDE), Virtual Warfare Center Modeling & Simulation, Combined Integrated Air and Missile Defense and Anti-Submarine Warfare Training (CIAT) Support, Naval Integrated Fire Control (NIFC) support, CEC Software development in support of E-2D Advanced Hawkeye Aircraft, Ship Self Defense System, AEGIS, and DDG-1000 Zumwalt Class Continued development of the CEC Block II Capability including Communications and Interoperability for Integrated Fires (CIIF) Communications-as-a-Service (CaaS) support Continued development, advanced studies, and system enhancements/technical refreshes to existing fielded systems in support of the United States Marine Corps (USMC) Composite Tracking Network (CTN) program and the United States Air Force (USAF) Advanced Tactical Command and Control (ATacC2) program Continued CEC Foreign Military Sales (FMS) software development efforts Continued development, advanced studies, and system enhancements to CEC in support of the Missile Defense Agency (MDA) Integrated Air and Missile Defense Technical Authority (IAMD TA) Joint Tactical Integrated Fire Control (JTIFC) system architecture Development and maintenance of the CEC system, including in-service maintenance and development, integration, test, and delivery of maintenance builds The modification will mirror the structure of the existing contract by incorporating Cost-Plus-Fixed-Fee (CPFF) Level-of-Effort (LOE) CLINs for engineering efforts, and Cost-Only CLINs for associated Other Direct Costs. �NAVSEA anticipates that award of the modification will occur in or around the third quarter of calendar year 2023. This pre-solicitation synopsis notice covers requirements that NAVSEA intends to procure on a sole-source basis with Raytheon Missile & Defense. The CEC program provides a sensor network with Integrated Fire Control capability that significantly improves strike force air and missile defense capabilities by coordinating measurement data from strike force air search sensors on CEC-equipped units into a single, integrated real-time, composite track air picture. The CEC sensor netting system improves the Area Air Defense capabilities of Naval Carrier Strike Groups and Expeditionary Strike Groups by extracting and distributing sensor-derived information such that the superset of this data is available to all participating CEC Cooperating Units. �CEC fuses the distributed data into a single fire control quality air track picture that significantly improves unit track precision, consistency and continuity; expands detection range; and improves reaction time. �CEC also improves strike force effectiveness by improving overall Situational Awareness and by enabling longer range, cooperative, multiple, or layered engagement strategies. NOTICE: The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. �This notice of intent is not a request for competitive proposals. �A determination by the Government not to compete with 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c320a2e0757747d6b206c4816af9428e/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06628352-F 20230325/230323230112 (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 |