Federal Bid

Last Updated on 12 Jun 2018 at 8 AM
Solicitation
Nebraska

Notice of intent to solicit and negotiate with only one source, Military GPS User Equipment (MGUE) Next-Generation Application-Specific Integrated Circuit (ASIC)

Solicitation ID 18-065-SMC
Posted Date 26 Apr 2018 at 10 PM
Archive Date 12 Jun 2018 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
The Space and Missile Systems Center (SMC) Global Positioning Systems (GPS) Directorate intends to issue and award a sole source contract modification to Rockwell Collins, Incorporated (RCI) contract FA8807-12-C-0013. The modification will define a next-generation Application-Specific Integrated Circuit (ASIC) to a preliminary design maturity in order to replace and resolve a current MGUE Increment 1 ASIC obsolescence problem. The proposed contract action will not require the delivery of any receiver cards; rather it will require the delivery of technical data (e.g., design review data packages that will include revised ASIC design specifications, requirements traceability, verification plans, system receiver design description, software architecture, performance analysis and system trade study results, security target and architecture, and contract administration information).

The MGUE Increment 1 program includes a Diminishing Manufacturing Sources and Material Shortage (DMSMS) identification program (a.k.a. obsolescence). The core technology of the MGUE program lies within the ASIC, which will become obsolete in 2020 because of a termination in production from the supplier. This contract modification is required to implement the next-generation ASIC design activities up to a preliminary design in order to move towards replacing the current ASIC, which would solve the obsolescence issue.

This modification will continue the MGUE Increment 1 Acquisition Strategy by addressing the DMSMS problem for the ASIC. It will have a period of performance of approximately three years. The three years supports the lead time needed to bring a new ASIC design up to a preliminary design maturity. The Government intends to use the authority of 10 U.S.C. 2304(c)(1) as implemented by the Federal Acquisition Regulation (FAR) Part 6.302-1(a)(2) to award this sole source modification. Based on the extensive development efforts completed to date and the proprietary nature of the MGUE Increment 1 M-Code ASIC and receiver design, award to any other sources is not possible without the Air Force experiencing unacceptable delays in fulfilling its requirements. Any other source would have to comply with currently proprietary documents, such as ASIC design specifications, requirements traceability, verification plans, and software architecture.

This notice does not constitute a Request for Proposal (RFP). Information herein is based on the best information available at the time of publication, is subject to revision, and is not binding on the Government. The Government will not recognize any costs associated with the production and submission of information in response to this or previous notices.

In accordance with FAR 5.207(c)(16)(ii), all responsible sources may submit a capability statement which shall be considered by the agency. The statement of capability shall identify and provide copies of all licenses, of all intellectual property required, and lawfully obtained, needed to design a next- generation ASIC to meet requirements for interfacing with the Rockwell Collins MGUE Increment 1 receiver card products. Responsible Sources intending to submit a statement of capability should inform the Government of their intention no later than 15 days following this posting. Award of this modification is intended for a date of no later than October 2018. Responsible sources shall submit all responses to this notice no later than 45 days after posting in accordance with FAR 5.203(e).

Responses from small business and small, disadvantaged business firms are highly encouraged. A responding firm should indicate if it is a small business, a socially and economically disadvantaged business, an 8(a) firm, a historically black college or university, or a minority institution.

All inquiries and responses to this notice shall be in writing and submitted to the Procurement Contracting Officer, Dominicke A. Ybarra. Email: [email protected],. Mailing Address: SMC/GP Attn: Dominicke A. Ybarra, 483 N. Aviation Blvd., Suite 2142-A8, Los Angeles Air Force Base, El Segundo, California 90245-2808.
Bid Protests Not Available

Similar Opportunities