F-16 SADL OFP Updates and Software Maintenance

expired opportunity(Expired)
From: Federal Government(Federal)
FA8232-23-R-3003

Basic Details

started - 13 Jan, 2023 (15 months ago)

Start Date

13 Jan, 2023 (15 months ago)
due - 27 Feb, 2023 (14 months ago)

Due Date

27 Feb, 2023 (14 months ago)
Pre-Bid Notification

Type

Pre-Bid Notification
FA8232-23-R-3003

Identifier

FA8232-23-R-3003
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710336)DEPT OF THE AIR FORCE (60577)FA8232 AFLCMC WWMK (91)
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.

This is a pre-solicitation synopsis of a requirement for the F-16 System Program Office (SPO) to procure software updates and technical support for multiple Operational Flight Programs (OFPs) for the F-16 Block 25/30/32 Situational Awareness Data Link (SADL) Radio. This requirement is for support of the SADL program. It facilitates interface with multiple other platforms in the DoD, to include the Enhanced Position Location Reporting System (EPLRS) used by ground forces. The contractor shall be required to provide annual deliverables of software OFP updates and technical support. This effort shall provide ongoing analysis of system configuration changes throughout the Data Link community. Additionally, this effort shall evaluate the impact of these changes on the SADL system and provide recommendations and/or implementation procedures for SADL equipped aircraft, support equipment, and gateways.The Government anticipates awarding a contract with a basic one year period and four one
year options. Award of the subject contract is currently scheduled for June 2023. The following apply:The Federal Supply Code associated with this acquisition is 5826. The applicable NAICS code is 336413.One or more of the items under this acquisition is subject to Free Trade Agreements.Prospective offerors are advised that foreign participation is not permitted at the prime contractor level.Authority: 10 U.S.C. 2304(c)(1): Supplies and services required under this synopsis are available from only one responsible source and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. The anticipated source for this procurement is identified as the following:Raytheon CompanySpace and Airborne Systems (SAS)1801 Hughes DriveFullerton, CA 92833Contracting Office Address/Zip Code:DEPARTMENT OF THE AIR FORCEAFLCMC/WWM6072 FIR AVE., BLDG 1233HILL AIR FORCE BASE, UT 84056-5820Proposed Solicitation Number: FA8232-23-R-3003 Estimated Value of Contract: $4,850,000 Synopsis Posting Date: 13 Jan 2023 Closing Response Date: 27 Feb 2023 Line Item Numbers:CLIN 0001 SADL OFP Updates, Cost Plus Fixed FeeCLIN 0002 Engineering Services, Cost Plus Fixed FeeCLIN 0003 Travel, Cost Reimbursement – No FeeCLIN 0004 Data, Not Separately PricedOption CLINs to follow same structure Place of Contract Performance: Contractor Facility Set Aside Status: No Set Asides Direct Questions to: Miranda Brown, Contracting SpecialistMiranda.Brown.3@us.af.mil Nathan Lee, PCO Nathan.Lee.3@us.af.mil All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete 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. Any potential respondent that wishes to express interest in the requirement must identify in its response whether it is a large business, small-disadvantaged business, 8(a) concern, women-owned small business, HUBZone small business, veteran-owned small business or service-disabled veteran-owned small business and specify whether it is a U.S. or foreign-owned entity.

CP 801 586 8478 6072 FIR AVE  HILL AFB , UT 84056-5820  USALocation

Place Of Performance : CP 801 586 8478 6072 FIR AVE HILL AFB , UT 84056-5820 USA

Country : United StatesState : Utah

You may also like

F-16 Avionics Hardware and Software Integration

Due: 17 May, 2024 (in 15 days)Agency: DEPT OF DEFENSE

F-16 SADL OFP Updates and Software Maintenance

Due: 13 Jul, 2024 (in 2 months)Agency: DEPT OF DEFENSE

Classification

naicsCode 336413Other Aircraft Parts and Auxiliary Equipment Manufacturing
pscCode 5826Radio Navigation Equipment, Airborne