Federal Bid

Last Updated on 15 Jul 2008 at 8 AM
Solicitation
Nebraska

CDU-7000 Integration, EEA6B

Solicitation ID N0042106G0006EA6B
Posted Date 13 Jun 2008 at 6 PM
Archive Date 15 Jul 2008 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Nebraska United states
Synopsis: The Naval Air Systems Command, Patuxent River, MD intends to negotiate and award a sole-source, Cost Plus delivery order under Basic Ordering Agreement N00421-06-G-0006 with Rockwell Collins of Cedar Rapids, Iowa to procure a rehost of CDU-900 control software on the EA-6B Improved Capability (ICAP) III Block 4 T/M/S to a Rockwell-Collins Control Display Unit (CDU) 7000 as well as integration of Navy CNS/ATM CDU-7000 based Required Navigation Performance/Area Navigation (RNP/RNAV), Identification Friend or Foe (IFF), Mode S and Mode 5 common software applications. In addition, this procurement includes functional qualification testing in support of the resulting CDU-7000 software. This delivery order covers just the Non-Recurring Engineering effort for the software integrations; it does not include the purchase of the CDU-7000 hardware itself. The existing CDU-900 control software provides cockpit interface for control and display of mission capabilities including Weapons system control, Digital Flight Control Systems (DFCS), and Communications Control. This control software will be imported to run within an Application Program Interface on the CDU-7000. The Government does not possess the rights to rehost the CDU-900 control software for the purpose of modifying, updating and maintaining the USN/USMC control software into any device other than a Rockwell Collins device. As the designer, developer, and OEM for the CDU-7000, Rockwell Collins is the only company that has the ability, resources, technology, and documentation necessary to modify, develop, produce, maintain, and support these systems. The authority permitting other than full and open competition is Title 10, U.S. Code 2304(c)(1), as implemented by Federal Acquisition Regulation 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. The estimated period of performance is 24 months beginning after contract award. This is not for introduction of new common cockpit systems into existing platforms. This synopsis if for informational purposes only. For information or questions regarding this notice, please contact Rick Paskoski at (301) 757-2523, E-mail [email protected] Numbered Note 22 applies.
Bid Protests Not Available

Similar Past Bids

Cedar rapids Iowa 06 Aug 2008 at 2 PM
Location Unknown 03 Jul 2008 at 5 PM
Patuxent river Maryland 25 Mar 2008 at 4 AM
Nebraska 23 Apr 2008 at 7 PM

Similar Opportunities

Chicopee Massachusetts 30 Sep 2025 at 4 AM (estimated)
Washington District of columbia 14 Jul 2025 at 2 PM
Washington District of columbia 26 Feb 2028 at 5 AM (estimated)
Washington District of columbia 26 Feb 2028 at 5 AM (estimated)
Washington District of columbia 26 Feb 2028 at 5 AM (estimated)