Inactive
Notice ID:N00019-18-RFPREQ-PMA-275-0441
The Naval Air Systems Command (NAVAIR), Patuxent River, MD intends to award a modification to Delivery Order N0001917F1011 under Basic Ordering Agreement (BOA) N00019-17-G-0002 with the Bell Boeing Jo...
The Naval Air Systems Command (NAVAIR), Patuxent River, MD intends to award a modification to Delivery Order N0001917F1011 under Basic Ordering Agreement (BOA) N00019-17-G-0002 with the Bell Boeing Joint Project Office, for the procurement of RVL Phase II NRE & Recurring Efforts, Expanded Scope. This requirement is to expand the scope of the currently contracted Bell-Boeing baseline RVL software effort. The expanded scope tasking is being communicated with IA (Impact Assessment) -738 to work through Crew Systems Working Groups to design the expanded scope operational requirements to be incorporated alongside the baseline RVL design and symbology enhancements. JASS, Display, Digital Map, NVG/HUD, RVL symbology and annunciations to the FLIR underlay on the Hover Layers will be investigated. The currently contracted baseline RVL effort with this expanded scope effort will deliver initial RVL enhancements of a planned multiple phased approach to improve overall aircraft performance and aircrew situational awareness in degraded visual environments. This acquisition is being pursued on a sole source basis under the statutory authority of 10 U.S.C. 2304(c)(1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. Bell-Boeing is the sole designer, developer, and manufacturer of the V-22 Tilt rotor aircraft and is the only known source that possesses the requisite knowledge and expertise to perform this effort within the required schedule. Also, Bell-Boeing is the only source that possesses the totality of engineering and technical data required to perform this effort. This synopsis is for information purposes only and is not a request for competitive proposals. Responsible sources may submit a Statement of Capability and Qualifications to the Contract Specialist listed demonstrating their ability to perform the Government's requirement and shall provide proof of approved facility and personnel clearances necessary to meet the delivery schedule required within 15 days from the publication date of the announcement. The Government will utilize the capability statements received solely to confirm the sole source acquisition approach or to reconsider a competitive procurement. A determination not to compete this requirement is solely within the discretion of the United States Government.