Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 24, 2020 SAM #6751
SOURCES SOUGHT

99 -- AHEL Laser Subsystem

Notice Date
5/22/2020 10:05:14 AM
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
NSWC DAHLGREN DAHLGREN VA 22448-5154 USA
 
ZIP Code
22448-5154
 
Solicitation Number
N0017820R4408-SourcesSought_052220
 
Response Due
6/16/2020 1:00:00 PM
 
Archive Date
07/16/2020
 
Point of Contact
Ai Massey
 
E-Mail Address
ai.massey@navy.mil
(ai.massey@navy.mil)
 
Description
Reference: N0017820R4408 INTRODUCTION The Naval Surface Warfare Center, Dahlgren Division (NSWCDD) intends to procure, via a five-year Sole Source service contract to Lockheed Martin Corporation, Bothell, WA, High Energy Laser (HEL) Assembly Technical Services and Repairs. This includes the delivery of the technical subject-matter-expert services for the purposes of repairs, supporting technical roles during integration and demonstration events, and upgrades of the existing HEL assembly (Part Number: 35-014660-001). Support shall accompany any upgraded or revised HEL assembly, which will facilitate new technology integration, testing, maintenance, repair parts and upgrades to support the fleet integration and testing requirement within Airborne High Energy Laser (AHEL) BMS program. DISCLAIMER �THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.� PROGRAM BACKGROUND The United States Special Operations Command (USSOCOM) Program Executive Officer for Fixed Wing (PEO-FW) in support of the United States Air Force Special Operations Command (AFSOC) has identified an operational requirement to install and operate a Laser Weapon System (LWS) in an AFSOC-provided aircraft. The LWS provides an option for low collateral damage precision strike capability against ground targets at increased stand-off ranges from currently installed side-firing weapons without the tell-tale ground-impact ordnance acoustics and a reduction in aircraft sounds at the target point. With a LWS installed, the aircraft has a weapon with a deep magazine that can be replenished in flight and be operational for the duration of the mission. USSOCOM has designated the Naval Surface Warfare Center, Dahlgren Division (NSWCDD), Battle Management Systems (BMS) program as the lead technical agent and system integrator for the AC-130J AHEL prototype demonstrator based on the successful development and employment of the 30mm and 105mm Gun Weapon Systems (GWS) onboard various model AC-130 platforms. This requirement is coordinated with other requirements to be able to integrate a directed energy system onto an AC-130 Gunship. This effort will adapt similar principles and standards used in integrating the 30mm and 105mm GWS onto Department of Defense (DOD) air platforms. In order to do so, the OEM of the High Energy Laser System will need to provide certain technical services onto the first systems during integration, test, validation, and demonstration events. Currently planned subsystem testing, and system integration and testing will be performed at government facilities in Virginia and New Mexico, and at contractor facilities in New Mexico. Prototype efforts will culminate in the installation, ground and flight testing, and validation of system performance prior to follow-on evaluations. REQUIRED CAPABILITIES NSWCDD intends to issue a solicitation for a Cost Plus Fixed Fee (CPFF) service contract to Lockheed Martin Corporation, Bothell, WA. This procurement is required to support the AC-130J High Energy Laser (AHEL) prototype demonstrator. Lockheed Martin will provide technical services on the first High Energy Laser (HEL) systems during integration, test, validation, and demonstration events. Lockheed Martin shall provide technical and subject matter expert services for the purposes of repairs, supporting technical roles during integration and demonstration events, and upgrades of the existing HEL Assembly. Contractor support shall also accompany any upgraded or revised HEL Assembly. This will facilitate new technology integration, testing, maintenance, repair parts and upgrades to support the fleet integration and testing requirements within Airborne High Energy Laser (AHEL) BMS program. Lockheed Martin shall provide system upgrades, repairs, travel and technical services throughout the life of the contract. Lockheed Martin is the Original Equipment Manufacturer (OEM) of the AHEL Laser Subsystem currently utilized by the project. Lockheed Martin does not have any authorized or responsible parties that repair their Laser Subsystem, and NSWCDD engineers do not have the proprietary knowledge or expertise to work on this system without direct assistance from the OEM and without risk of damages to the direct system and other subsequent systems dependent on the Laser Subsystem. No other product would meet the form/fit/function required to successfully integrate the laser system into the AC-130. In addition, Lockheed Martin is the only entity that has the highly specialized technical knowledge base to provide upgrades and repairs to existing fielded equipment. This requirement will be solicited in accordance with the authority of 10 U.S.C. 2304(c)(1) and FAR Part 6.302-1(a)(2)(iii), ""Only One Responsible Source."" Only Lockheed Martin has the specialized knowledge and expertise to support this effort. Specifically, Lockheed Martin is the OEM for the AHEL Laser Subsystem. Lockheed Martin has no authorized or responsible parties to work on their proprietary systems. The contract will be for integration, testing, maintenance, repair and upgrades. Responsible sources may identify their interest and capabilities which shall be considered by the agency. This notice is NOT a request for competitive proposals. A determination by the Government not to compete the proposed requirement 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. This notice is a sources sought/request for capability statements, and does not constitute a Request for Proposal (RFP) and it is not a commitment by the U.S. Navy to procure the subject services. Firms interested in subcontracting opportunities should contact Lockheed Martin directly. ELIGIBILITY The applicable NAICS Code for this requirement is 541715. ADDITIONAL INFORMATION AND SUBMISSION DETAILS A draft Statement of Work (SOW) and estimated Level of Effort (Labor Mix) are attached for review. CAPABILITY STATEMENTS In an effort to determine market interest, capable businesses are invited to submit capability statements by the date indicated in this announcement. Capability statements shall not exceed 10 pages, not including resume summaries (if applicable) and shall include the following items: (1) A company profile including CAGE Code and DUNS number and a statement regarding current Small Business status (including all applicable categories of Small Business: Service-Disabled Veteran-Owned Small Business, HUBzone, 8A, Woman-Owned Small Business, Economically Disadvantaged Woman Owned Small Business (EDWOSB), Veteran-Owned Small Business or Small Disadvantaged Business); (2) A complete description of the offeror's capabilities, related experience, facilities, techniques or unique combinations of these factors that clearly relate to the Government's specific needs for this requirement as identified above or as specified in the draft SOW; (3) A summary of specific past performance on same or similar size and scope of work performed by the Offeror as a Prime Contractor within the past five (5) years, including a description of the services provided, the dollar value of the effort, and the contract number; (4) List prospective Sub-contractors and provide a statement with metric that contain sufficient information concerning the ability to meet the Government limitations in FAR 52.219-14 Limitations on Sub-contracting. General statements, not supported by the specific information requested above, will not be considered responsive. The period of performance consists of sixty months of performance with award anticipated on June 1st, 2021. The contract type is anticipated to be Cost Plus Fixed Fee (CPFF). Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Ai Massey, via email at ai.massey@navy.mil. The deadline for response to this request is June 16th, 2020, 4 P.M. Eastern Standard Time (EST). All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. QUESTIONS OR CLARIFICATIONS All questions are to be submitted via email to the Contract Specialist: Ai Massey at ai.massey@navy.mil and Contracting Officer: Patrick Whalen at patrick.l.whalen@navy.mil with email title to include �Capability Statement for AHEL Laser Subsystem � N0017820R4408� in subject line. Capability Statements shall be provided by e-mail to Ai Massey ai.massey@navy.mil no later than 4 P.M. EST on June 16th, 2020. Capability Statements received after that time may not be considered for purposes of the subsequent Request for Proposal. Electronic responses must be in Microsoft Word� or Adobe Acrobat� formats and in Times New Roman font of not less than 10 point. NOTE The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to these Sources Sought.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e51644a6298b43a58d87f586b1a41299/view)
 
Place of Performance
Address: Dahlgren, VA 22448, USA
Zip Code: 22448
Country: USA
 
Record
SN05669477-F 20200524/200522230200 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.