Enhanced Digital Fire Control Interface for MK-54 Lightweight Torpedoes

expired opportunity(Expired)
From: Federal Government(Federal)
N00019-24-RFPREQ-APM299-0028

Basic Details

started - 11 Apr, 2024 (22 days ago)

Start Date

11 Apr, 2024 (22 days ago)
due - 26 Apr, 2024 (6 days ago)

Due Date

26 Apr, 2024 (6 days ago)
Pre-Bid Notification

Type

Pre-Bid Notification
N00019-24-RFPREQ-APM299-0028

Identifier

N00019-24-RFPREQ-APM299-0028
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710798)DEPT OF THE NAVY (157257)NAVAIR (14296)NAVAIR HQS (3705)NAVAL AIR SYSTEMS COMMAND (3306)
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 (NAVAIR) intends to award a Firm Fixed Price (FFP) Delivery Order (DO) under a Basic Ordering Agreement (BOA) on a sole source basis with Lockheed Martin Rotary and Mission Systems (LM RMS) in Owego, NY. This effort is for the for integration of the Enhanced Digital Fire Control Interface (eDFCI) for MK-54 Lightweight Torpedoes into the System Configuration (SC) 28 release for all Domestic and Royal Australian Navy (RAN) MH-60R Aircraft. The Contractor shall merge the source data and code provided by the MH-60 Government Software Support Activity (GSSA) team at Naval Air Station, North Island (NASNI) into SC28, perform System Integration Testing (SIT), and any additional testing required to support a Product Test Verification (PTV) letter to PMA-299. The planned period of performance for this effort is from April-2025 through July-2026.This action is being awarded on a sole source basis to LM RMS under the authority permitting other than full and open
competition, Title 10, U.S.C. 3204(a)(1), as implemented by FAR 6.302-1, “Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements,” because LM is the only source with the requisite skilled personnel having the technical data, experience and knowledge, to complete these remaining non-recurring engineering efforts in a timely and cost effective manner.Note: The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement. This notice of intent is not a request for competitive proposals. However, any capability statements received by the close of the 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.Questions concerning subcontracting opportunities should be directed to Ms. Laura R. Rogers at (607) 751-3111. Contractor Name and Address: Lockheed Martin Rotary and Mission Systems, 1801 State Route 17C, Owego, NY 13827.

Owego ,
 NY   USALocation

Place Of Performance : N/A

Country : United StatesState : New YorkCity : Owego

Office Address : NAVAL AIR SYSTEMS CMD HEADQUARTERS NAVAL AIR STATION PATUXENT RIVER , MD 20670-5000 USA

Country : United StatesState : MarylandCity : Patuxent River

Classification

naicsCode 541511Custom Computer Programming Services
pscCode 1045Launchers, Torpedo and Depth Charge