System Configuration Sets

expired opportunity(Expired)
From: Federal Government(Federal)
N6893620R0088

Basic Details

started - 23 Dec, 2019 (about 4 years ago)

Start Date

23 Dec, 2019 (about 4 years ago)
due - 06 Jan, 2019 (about 5 years ago)

Due Date

06 Jan, 2019 (about 5 years ago)
Bid Notification

Type

Bid Notification
N6893620R0088

Identifier

N6893620R0088
DEPARTMENT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710286)DEPT OF THE NAVY (157179)NAVAIR (14293)NAVAIR NAWC WD (2502)NAVAL AIR WARFARE CENTER (6396)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

The Naval Air Systems Command, Naval Air Warfare Center Weapons Division, China Lake, CA intends to procure on an other than full and open competition basis, technical products and support for the Marine Corps H-1 aircraft.  The Navy intends to enter into negotiations for an Indefinite Delivery Indefinite Quantity (IDIQ) contract consistent with the current contract N68936-15-D-0022 to Bell Helicopter.  The current contract includes contract line item numbers (CLINs) of various contract types, principally Cost Plus Fixed Fee (CPFF) and Firm Fixed Price (FFP). The follow-on contract ordering period is anticipated to be five years. The anticipated contract provides upgrades for the H-1 aircraft, including Foreign Military Sales (FMS) variants based on System Configuration Set (SCS) life cycle phases. An SCS is a combination of software and hardware configuration items (CIs) that are integrated into a previously deployed baseline configuration and are delivered to the Fleet as highly
integrated software and hardware packages. The actual SCS is delivered to the Fleet by the Government. These SCSs serve to implement new or upgraded capabilities on the aircraft, including fleet documentation and updated trainers.  The contractor shall be capable to support the integration software and hardware program security requirements necessary to release the domestic integrated avionics system capabilities to foreign military customers.  The contract activities also include designing, developing, and integrating upgrades to existing Aircraft Wiring Interface Remote Terminal (AWIRT), Cockpit Wiring Interface Remote Terminal (CWIRT), Automatic Flight Control System (AFCS), Trainers, logistics data updates, and ancillary hardware and/or improved functionality, and obsolescence management of the aircraft.The contractor shall be capable of developing hardware and software configurations items that meet the fleet user requirements and within program cost, schedule and quality parameters.  The contractor will be required to perform 80% of the work.  The work force will be required to have 10 years average experience in ADA, C, and C++ code on H-1 mission systems software.  The contractor must have the capacity to develop 250,000 SLOC per year.  Other deliverables include system improvement and demonstration products associated with SCS integrated upgrades such as proposed prototypes, pre-production products, and support equipment enhancements, or simulations and models of weapon systems. System improvements will also provide obsolete type of parts replacements, improved processors, and technology demonstrations. Other activities include on-site engineering and studies and analysis to include size, weight, power and center of gravity that will require investigation into future improvements required by the Government, provide analysis of alternatives, and deliver documentation that may result in SCS implementation, system improvement, or demonstration products. The contractor will be required to present artifacts as evidence of the above requirements.In addition, the contractor shall meet the following Security Requirements at contract award: Sensitive Compartmented Information (SCI) access.  The contractor shall require non-substantial SCI access in the performance of the contract requirement.  The contractor shall not be required to store SCI materials or maintain an SCI facility.  All SCI work will be conducted within existing Government SCI facilities.  The contractor shall support and participate in H-1 flight testing activities that require SCI access.  The contractor shall be required to visit classified DoD test facilities in performance of test functions and objectives.Deliveries will be made free on board (FOB) destination. Delivery schedules will be identified within individual delivery orders.As the sole designer, developer, and manufacturer of the H-1 aircraft, Bell Helicopter Textron Inc. (BHTI) is the only source qualified to satisfy this requirement. BHTI is the prime H-1 aircraft manufacturer and is the only qualified source to perform these efforts to meet fleet needs. BHTI is the only firm that possesses the requisite knowledge of the Operational Flight Program and its unique integration of flight controls, trainers, aircraft data, and support equipment.  BHTI has developed both hardware and software required for the integration of flight control subsystems that are unique to the H-1 aircraft.  Only BHTI has the aircraft engineering, design, and flight control expertise that can ensure compatibility to the ongoing changes and upgrades made to the aircraft to include security requirements.This notice of intent is not a request for competitive proposals; however, any firms believing that they can fulfill the requirement may submit a written response to be received at the contracting office no later than 15 days after the date of publication of this notice, clearly showing its ability to do so without causing programmatic hardship or duplication of cost to the Government. Requests for the solicitation shall be submitted to the contracting office and reference solicitation number N68936-20-R-0088.Responses and requests shall be submitted by email to tara.randolph@navy.mil or henry.frohlich@navy.mil or toCommander, Code 254120D (T. Randolph), NAVAIR WD, Bldg. 2334 1 Administration Circle, China Lake, CA 93555-6108. Award is anticipated in late FY 2020.THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access Controlled Unclassified Information within FBO.  See the DLIS website for registration details: https://public.logisticsinformationservice.dla.mil/jcp/search.aspxGoing forward, all new entities registering in GSA's System for Award Management (SAM), as well as existing registrations being updated or renewed, will require the submission of an original, signed notarized letter identifying the authorized Entity Administrator for the entity associated with the Data Universal Numbering System (DUNS) number.  Effective June 11, 2018, entities who create or update their registration in SAM.gov to apply only for federal assistance opportunities such as grants, loans, and other financial assistance programs, have a notarized letter on file within 30 days of registration.  Additionally, Effective June 29, 2018, all non-Federal entities who create or update their registration in SAM.gov, have a notarized letter on file within 30 days of registration.  It is recommended that all interested parties be aware that processing this additional information may take several days and are proactive in maintaining the SAM registrations in an "Active" status as the government cannot award to an entity without an "Active" SAM registration.  More information can be found at www.gsa.gov/samupdate. 

CHINA LAKE , CA 93555-6018Location

Place Of Performance : CHINA LAKE , CA 93555-6018

Country : United StatesState : California

You may also like

Fleet Tracking System (DGS/OTA)

Due: 02 May, 2024 (Today)Agency: Department of Fish & Wildlife

Fleet Tracking System (DGS/OTA)

Due: 02 May, 2024 (Today)Agency: Department of Fish & Wildlife

Classification

naicsCode 336413Other Aircraft Parts and Auxiliary Equipment Manufacturing
pscCode AC15NATIONAL DEFENSE R&D SVCS; DEPARTMENT OF DEFENSE - MILITARY; R&D FACILITIES & MAJ EQUIP