SOLICITATION NOTICE
70 -- F/A-18 Digital Map Computer Software Redesign to Support F/A-18 Software Configuration Set 29C+ and 31C with Automated Terrain Awareness Warning System (ATAWS) and Automatic Ground Collision Avoidance System (AGCAS)
- Notice Date
- 8/31/2023 11:46:47 AM
- Notice Type
- Presolicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
- ZIP Code
- 20670-1545
- Solicitation Number
- N00421-24-RFPREQ-CPM209-0164
- Response Due
- 9/15/2023 11:00:00 AM
- Archive Date
- 09/30/2023
- Point of Contact
- Sham Keswani, Lindsey Anne Boka, Procuring Contracting Officer
- E-Mail Address
-
sham.v.keswani.civ@us.navy.mil, lindsey.a.boka.civ@us.navy.mil
(sham.v.keswani.civ@us.navy.mil, lindsey.a.boka.civ@us.navy.mil)
- Description
- The Naval Air Systems Command (NAVAIR), Air Combat Electronics Program (PMA 209), Patuxent River, MD intends to negotiate and award a Delivery Order under a Basic Ordering Agreement (BOA) with L3Harris Technologies, Inc. 2400 Palm Bay Rd NE, Palm Bay, FL 32905-3377 to redesign the F/A-18 DMC software on the DMC hardware P/N 3033230-104 with Automatic Ground Collision Avoidance System (AGCAS) and then update the Automated Terrain Awareness Warning System (ATAWS) software on the DMC Hardware P/N 3033230-104, 3033230-105, 3033230-106.� The AGCAS functionality on the DMC 3033230-104 enables the use of Digital Terrain Elevation Data (DTED) level 1 and Shuttle Radar Topography (SRT) level 1F data as well as integrating an ATAWS software module provided as Government Furnished Equipment (GFE).� The ATAWS software update on the DMC 3033230-104, 3033230-105, 3033230-106 hardware versions will incorporate the correction of (5) problem reports and an updated ATAWS software module. This effort also covers the Non-Recurring Engineering (NRE) for the support of DMC software integration into SCS 29C+ and SCS 31C, supporting third party labs, and Government-performed flight test of AGCAS. This acquisition is being pursued on a sole-source basis under the authority of 10 U.S.C 2304(c)(1), as implemented by Federal Acquisition Regulation (FAR) Part 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements.� L3Harris is the sole designer, developer, and manufacturer of the AGCAS, DMC, and DVMC, and is the only source with the knowledge, expertise, and technical data required to successfully maintain these systems. THIS NOTICE OF INTENT IS NOT A REQUEST FOR PROPOSALS. The Government does not intend to fund the development or qualification of other sources for fulfilling this requirement. However, interested parties may identify their interest and capability by responding to this requirement. The Government will consider all 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 procurement based upon responses to this notice is solely within the discretion of the Government. No phone inquiries will be entertained. All inquiries and concerns shall be addressed via email to Sham Keswani at sham.v.keswani.civ@us.navy.mil no later than 15 September 2023, 2:00pm eastern time. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. Companies interested in subcontracting opportunities should contact L3Harris Technologies, Inc. directly.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/893891d6ba014aa481a8d7fba2e02d7c/view)
- Place of Performance
- Address: Palm Bay, FL 32905, USA
- Zip Code: 32905
- Country: USA
- Zip Code: 32905
- Record
- SN06815783-F 20230902/230831230106 (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 |