Federal Bid

Last Updated on 14 Mar 2014 at 8 AM
Solicitation
Landing New jersey

59--Production Requirements for Aegis Weapon System (AWS) Hardware Upgrades

Solicitation ID N0002413R5106
Posted Date 13 Feb 2014 at 10 PM
Archive Date 14 Mar 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Navsea Hq
Agency Department Of Defense
Location Landing New jersey United states

The Naval Sea Systems Command (NAVSEA) intends to utilize other than full and open competition to contract with Lockheed Martin Mission Systems and Training (Lockheed Martin MST) in Moorestown, New Jersey, for the procurement and cabinet level testing of fiscal years 2014-2017 Aegis Weapon System (AWS) Modernization (AMOD) requirements for the Aegis Fleet, including Multi-Mission Signal Processors (MMSPs), Ballistic Missile Defense Baseline (BMD) 4.0.2 equipment suites, Baseline 5.0 Warhead Data Recording Cabinets (WDRCs), and TI 12/TI 16 Aegis AMOD Upgrade (AAU) equipment. Specifically, NAVSEA will procure production, test, and delivery of one (1) MMSP, one (1) WDRC, two (2) TI 12 AAU equipment sets in FY 14 to support DDG 79 and CG 62 and one (1) MMSP, one (1) WDRC, and one (1) TI 12 AAU equipment set in FY 15 to support DDG 80. Procurement of AMOD equipment for DDGs 81 and 83 are planned for FY 16 with additional procurements earmarked for DDGs 84 and 85 in FY 17. These latter procurements may target TI 16 equipment upgrades depending on design maturity. Please note that the specific DDG hulls specified above may vary as ship schedules and availabilities change. The contract for FY 14-15 requirements will be awarded in or around the fourth quarter of 2014. FY 16-17 requirements will be procured under a future, separate contract action.

Due to the complexity of the AWS, a contractor must have intimate knowledge of all system requirements, weapon specifications, equipment design and interfaces, in order to produce, field and test production units. Lockheed Martin MST is the prime contractor for MMSP and BMD 4.0.2 development efforts, as well as the prime contractor for AWS production. Accordingly, the AMOD requirements described in this notice will be procured from Lockheed Martin MST on a sole source basis under the authority of 10 U.S.C. 2304(1). Lockheed Martin MST is the only known source possessing the requisite knowledge and ability to meet the Navy's technical requirements within the schedule for implementing AMOD capability. This announcement is published for information purposes only. Companies interested in subcontracting opportunities should contact Lockheed Martin directly.

Notice: The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. 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 with 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.

Bid Protests Not Available

Similar Opportunities

Washington navy yard District of columbia 14 Jul 2025 at 4 AM (estimated)
Washington navy yard District of columbia 14 Jul 2025 at 4 AM (estimated)
North kingstown Rhode island 17 Oct 2025 at 9 PM
Atlanta Georgia 30 Jul 2025 at 3 PM