Enhanced Digital Fire Control Interface for MK-54 Lightweight Torpedoes
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Presolicitation (Original)
- Original Published Date: Apr 11, 2024 08:11 am EDT
- Original Response Date: Apr 26, 2024 05:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: May 11, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 1045 - LAUNCHERS, TORPEDO AND DEPTH CHARGE
- NAICS Code:
- 541511 - Custom Computer Programming Services
- Place of Performance: Owego , NYUSA
Description
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.
Attachments/Links
Contact Information
Contracting Office Address
- NAVAL AIR SYSTEMS CMD HEADQUARTERS NAVAL AIR STATION
- PATUXENT RIVER , MD 20670-5000
- USA
Primary Point of Contact
- Cheri Corson
- cheri.corson2.civ@us.navy.mil
Secondary Point of Contact
- Lynn E. Fletcher
- lynn.e.fletcher.civ@us.navy.mil
History
- May 11, 2024 11:55 pm EDTPresolicitation (Original)