The RFP Database
New business relationships start here

P-8A ABA, NSC, AMG and Acoustics


Maryland, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The Naval Air Systems Command (NAVAIR) intends to award a contract action to Lockheed Martin, Manassas, VA, on an other than full and open basis procuring engineering services to provide analysis, design, implementation, prototyping, integration, and testing of software in support of the P-8A aircraft as part of Increment 3. This aircraft software development effort is for the continued software and hardware technology enhancements of the Applications Based Architecture (ABA) and Network Storage Controller (NSC) software, ABA system performance improvements, support of emergent End of Life issues, rapid prototyping on the acoustic system and development of the ABA based Aircraft Media Gateway (AMG). The planned period of performance is from 2nd Quarter of Government FY19 to 2nd Quarter FY22.

The effort shall be procured pursuant to 10 U.S.C. 2304 (c)(1) and FAR 6.302-1, "Only One Responsible Source and No Other Type of Supplies or Services will Satisfy Agency Requirements." Lockheed Martin is the only source with the requisite knowledge, experience, technical expertise, and technical data necessary to furnish the contemplated supplies and services in a timely manner.


Any interested party must have the knowledge, experience, technical expertise, and technical data necessary to accomplish this effort within schedule requirements. Any respondent must also submit a Capability Statement to demonstrate respondent's ability to perform to the Government's needs within the required response time. Only Capability Statements received on or before this Notice's closing date 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 qualifications.
(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 the approach for performing under the planned contract action estimated to be awarded in April 2019. In particular, the approach needs to address how the interested party will perform/meet requirements in light of the following information: The ABA software infrastructure is based on the Lockheed Martin design. The AMG solution developed by Lockheed Martin is directly based on the ABA design. The Network Storage Controller is a Lockheed Martin solution to manage the storage requirements for the P-8A Increment 3 Block 2 system. The P-8A acoustics system is based on the system used in the Lockheed Martin P-3 Orion. Intimate knowledge of and expertise with the ABA, the AMG, the NSC, and the acoustics system are required in order to meet requirements in a timely manner. If a small business, provide a description of the plan for ensuring that the small business performs at least 50% of the work itself in terms of cost of performance.
(3) Experience: An outline of previous relevant projects, specific relevant work previously performed or being performed. This section needs to include experience related to the four aforementioned systems: the ABA, the AMG, the NSC, and the acoustics system.
(4) Personnel: Name, professional qualifications and specific experience of key personnel (e.g., program manager(s), project manager(s), technical lead(s), etc. This section needs to include not only professional qualifications but also specific experience of key personnel related to the four aforementioned systems: the ABA, the AMG, the NSC, and the acoustics system.
(5) Any other specific and pertinent information as pertains to this particular area of procurement that would enhance our consideration and evaluation of the Capability Statement.
Interested parties are advised against submitting a Capability Statement that merely mimics information in this Notice, provides brochure-like information, or provides general information. Responses to this Notice are not to exceed 20 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 Nicholas Gilbert at nicholas.a.gilbert@navy.mil and Kerstin Howard at kerstin.howard@navy.mil. Responses transmitted by any other means (e.g., by telephone, telefax, mail, etc.), other than those transmitted by e-mail to Nicholas Gilbert and Kerstin Howard, will not be considered.


This synopsis is for informational purposes only. This notice of intent is not a request for competitive proposals. Companies interested in subcontracting opportunities should contact Lockheed Martin directly via Petiha Dawson-Murray at (703) 367-1121 and petiha.dawson@lmco.com.


Scott Segesdy, Contracting Officer, Phone (301)757-5264, Fax (301)757-5284, Email scott.segesdy@navy.mil - Nicholas Gilbert, Email nicholas.a.gilbert@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP