United States - Technology Insertion (TI)-22/24/26 Acoustic Rapid Action Commercial Off-the Shelf (COTS) Insertion (A-RCI)
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 01 July 2019
- Opportunity publication date
- 06 June 2019
- Value of contract
- to be confirmed
- Your guide to exporting
Description
Added: May 31, 2019 2:27 pm
The Naval Sea Systems Command intends to issue a sole source solicitation numbered N00024-19-R-6117, for a Cost Plus Incentive Fee (CPIF) contract, to procure engineering design development, manufacturing, testing, training and installation support for Technology Insertion (TI)-22, TI-24, and TI-26 Acoustic Rapid Commercial Off-the Shelf (COTS) Insertion (A-RCI) hardware and software systems, technical insertion kits, workstation displays, trainers, and associated spares for LOS ANGELES, SEAWOLF, OHIO, VIRGINIA and COLUMBIA class submarines, Foreign Military Sale (FMS), related trainers, and the common SONAR programs including Surface Undersea Warfare and Integrated Undersea Surveillance Systems (IUSS), SQQ-89, and Littoral Combat Systems (LCS). The procurement also includes the design and development efforts for Large Aperture Array (LAB), Lightweight Wide-Aperture Array (LWWAA) Wide Aperture Array (WAA), LWWAA Low Cost Conformal Array (LWLCCA), Legacy Replacement, and High Frequency (HF) sonar upgrade EC-20. Specifically, the contractor will provide engineering support to develop design improvements for new and modified acoustic sensor systems; perform upgrades for common forward fit and back fit networking; and, transition Advanced Processing Builds (APBs) into their specific platforms, trainers, and shore based facilities. The proposed contract will include approximately 9,631,286 man-hours of engineering design development and technical support. The production procurement will include the following shipset quantities: eighteen (18) in FY22; twenty-four (24) in FY23; twenty-five (25) in FY24; twenty-eight (28) in FY25; twenty-three (23) in FY26; thirteen (13) in FY27; and, fourteen (14) in FY28.
A-RCI is a sonar system that integrates and improves towed array, hull array, sphere array, and other ship sensor processing, through rapid insertion of COTS based hardware and software. The period of performance for this effort is ten (10) years, one (1) base year and (9) option years, from FY20 through FY30. This requirement will be solicited sole source from Lockheed Martin Rotary Mission Systems (LM RMS) in Manassas, Virginia, who is the current A-RCI system integrator under contract N00024-17-C-6259. LM RMS is the only source with the requisite knowledge of the A-RCI system design, who has the technical experiences, and resources necessary to meet the Government's needs in a timely manner.
Companies interested in subcontracting opportunities should contact LM RMS directly. This notice is for informational purposes only.
All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Please see sources sought notice N00024-19-R-6117.
- Opportunity closing date
- 01 July 2019
- Value of contract
- to be confirmed
About the buyer
- Address
- Department of the Navy NAVSEA HQ United States
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.