Airborne Weapons Simulator for P-8A

expired opportunity(Expired)
From: Federal Government(Federal)
N00019-18-RFPREQ-PMA-290-0194

Basic Details

started - 14 Feb, 2018 (about 6 years ago)

Start Date

14 Feb, 2018 (about 6 years ago)
due - 01 Mar, 2018 (about 6 years ago)

Due Date

01 Mar, 2018 (about 6 years ago)
Bid Notification

Type

Bid Notification
N00019-18-RFPREQ-PMA-290-0194

Identifier

N00019-18-RFPREQ-PMA-290-0194
Department of the Navy

Customer / Agency

DEPT OF DEFENSE (708022)DEPT OF THE NAVY (156766)NAVAIR (14264)NAVAIR HQS (3695)NAVAL AIR SYSTEMS COMMAND (3299)
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.

INTRODUCTION:The Naval Air Systems Command (NAVAIR) is procuring a Tactical Open Mission Software (TOMS) Airborne Weapons Simulator (AWS) software update for the P-8A. The Airborne Weapons Simulator software facilitates end to end kill chain training. The solution creates a software framework to permit on-aircraft inflight weapon simulation for MK-54, AGM-84D Harpoon, and High Altitude Anti-Submarine Warfare (ASW) Weapons Capability (HAAWC), with the potential to include future weapons on the P-8A. AWS enables Live Virtual Constructive (LVC) weapons track capability and simulates failure modes and live weapon track displays. The Government will review industry responses to this sources sought in order to determine whether it is appropriate to issue competitive solicitations on an unrestricted basis or pursue a sole source award(s). The contemplated contract actions cover a planned period of performance from February 2019 through December 2020 with a projected initial operating
capability (IOC) by 2021.DISCLAIMER:This Sources Sought Notice is issued in accordance with DFARS 206.302-1(d) and PGI 206.302-1. This is not a Request for Proposals. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this Notice. The Government does not intend to award a contract on the basis of this Notice or otherwise pay any person's costs incurred responding to this Notice.BACKGROUND:The purpose of the AWS is to be a P-8A training tool for the combat aircrews which can be used in place of releasing actual weapons for training/readiness purposes. AWS is a software update to the TOMS, which allows the operators to use simulated weapons in the aircraft and allows the full end of the kill chain to be executed without actual weapon expenditure. Tasking will consist of the design, development, test and integration, configuration management, and all logistics support elements of the AWS software update for P-8A.The requested information is to assist the Government in documenting market research to determine potential business sources that have the assets, skills, experience, financial stability, qualification, rights to technical data, and knowledge required to support the requirement. Although the Government has purchased some software design documentation and requirements specification, it has not purchased a complete technical data and computer software package. Therefore, Boeing's knowledge, expertise and access to TOMS are required to productionize and integrate with other subsystems.ELIGIBILITY:The PSC for this requirement is D308; the NAICS is 541511 with a small business size standard of $27.5 Million. All interested businesses are encouraged to respond.SUBMISSION DETAILS:Interested persons may submit a Capability Statement identifying their interest and capability to respond to the requirement or submit proposals. Only Capability Statements received on or before 15 calendar days after the posting date of this Notice will be considered by the Government. A determination by the Government not to compete this proposed contract action based upon responses to this Notice is solely within the discretion of the Government. Capability Statements received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Capability Statements submitted should be pertinent and specific in the technical/management/business area under consideration, on each of the following:1. Small/Large Business Status: A company profile to include number of employees, annual revenue history, office location(s), DUNS Number, CAGE Code, and a statement regarding current small/large business status;2. Execution: A description of approach for commencing the initial effort at the estimated award date of February 2019 and reaching IOC by 2021.3. Experience: An outline of previous similar projects, specific work previously performed or being performed.4. Personnel: Professional qualifications and specific experience of Key Personnel (e.g., program manager(s), project manager(s), lead engineer(s), etc.5. Security: Statement regarding capability to obtain the required industrial security clearances for personnel. Statement regarding ability to meet the requirements in the Facility and Safeguarding requirements relevant to classified information.6. Data Markings: In order to complete its review, NAVAIR must be able to share a respondent's information both within the Government and with covered Government support contractors as defined in DFARS clause 252.227-7013 Rights in Technical Data-Noncommercial Items (FEB 2014). Any responses marked in a manner that will not permit such review may be returned without being assessed or considered. All submissions must include a statement which clearly allows for the information to be disclosed with covered Government support contractors.7. Any other specific and pertinent information that would enhance our consideration and evaluation of the information submitted.Interested parties are advised against submitting a Capability Statement/Proposal that merely mimics information in this Notice, provides brochure-like information, or provides general information. Responses to this Notice are not to exceed 10 pages in length on 8.5 x 11 inch paper with one inch margins and font no smaller than 10 point Times New Roman. The Government requests that respondents deliver responses electronically via e-mail in Microsoft Word or PDF format with proper data markings for unclassified and proprietary information no later than 15 calendar days after the posting date of this Notice. Classified material SHALL NOT be submitted. All submissions should include this Sources Sought Notice Reference Number, company name, company address, CAGE code, DUNS number, and a point-of-contact who is able to discuss the Capability Statement submitted. Point-of-contact information should include name, position, phone number, and email address. Acknowledgement of receipt will be provided. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR 15.207. All submissions must be clearly marked with the following caption: For Official Use Only, Releasable to Government Agencies for Evaluation Purposes Only. Responses that fail to comply with the above instructions or present ideas not pertinent to subject, may not be reviewed. All information received in response to this Notice that is marked proprietary will be handled accordingly. Information submitted in response to this Notice is submitted at no cost to the Government and will not be returned. The Government is under no obligation to provide responses or comments to information received from interested persons, but may request additional information following review.Note: If the interested person is a foreign concern or if a U.S. interested person has a team member or partner who is a foreign entity, adherence to all International Traffic and Arms Regulations (ITAR) is required.Responses to this Notice shall be sent via e-mail to the contract specialist and contracting officer listed on this Notice. Submissions must be received by the contract specialist and contracting officer listed on this Notice no later than 15 calendar days after the date of this Notice.Questions regarding this sources sought must be emailed to the contract specialist and contracting officer listed in this Notice. Please do not inquire via telephone. Responses transmitted by any other means (e.g., by telephone, telefax, mail, etc.) other than those transmitted by email will not be considered. 

Patuxent River, Maryland 20670 United StatesLocation

Place Of Performance : N/A

Country : United StatesState : MarylandCity : Patuxent River

Classification

541 -- Professional, Scientific, and Technical Services/541511 -- Custom Computer Programming Services
naicsCode 541511Custom Computer Programming Services
pscCode 16Aircraft Propellers and Components