News

AN/BYG-1 Weapons Control System Ceiling Increase

Type of document: Contract Notice
Country: United States

AN/BYG-1 Weapons Control System Ceiling Increase

Agency:
Department of the Navy

Official Address:
SEA 02
1333 Isaac Hull Avenue SE Washington Navy Yard DC 20376

Zip Code:
20376

Contact:
Samuel Kistner, Phone 2027813130, Email samuel.kistner@navy.mil тАУ Patricia L. Stephens, Contracting Officer, Phone 2027813941, Email patricia.l.stephens@navy.mil

Link:

Date Posted:
19/07/2017

Classification:
20

Contract Description:
The Naval Sea Systems Command (NAVSEA) intends to solicit Raytheon Company (1847 W Main Rd, Portsmouth, RI, 02871-1087) on a sole source basis, Number N00024-17-R-6406, for a Cost Plus Fixed Fee (CPFF) contract modification to NAVSEA contract N00024-15-C-6201, to increase the contract ceiling and procure additional engineering services under CLIN 0009 in order to address repairs, obsolescence issues, and replacement parts for installed systems to meet submarine fleet requirements. Additionally, this requirement is for software engineering, hardware engineering, systems engineering, test, integration, installation, logistics and repair support of the VIRGINIA Class AN/BYG-1 Technical Insertion (TI-02) legacy system, COLLINS Class Weapon Data Converter (CWDC), and various SSN legacy weapon launchers, including Weapon Launch Console Integrated Enclosure (WLCIE), Weapon Launch System (WLS), and Universal Weapon Launch (UWL) console in support of legacy AN/BYG-1 Weapons Control System (WCS). Specifically, NAVSEA intends to procure the following engineering and support services that are associated with the aforementioned systems:

Management Support:

тАв Provide support for all program management, technical performance, systems engineering, software and hardware engineering, logistics, configuration, Government Furnished Information (GFI)/Government Furnished Equipment (GFI/GFE) management, quality control, and financial management.

Engineering and Technical Support Services:

тАв Fleet problem assessments (ship safety/self-protect)
тАв Engineering technical assistance to resolve hardware, software or logistics problems
тАв Sustainment and maintenance support, including repair/refurbishment of legacy launchers residing in Government facilities
тАв Identification and resolution of Safety issues
тАв Technical data and provisioning data updates
тАв Configuration management support including generation of Engineering Change Proposals (ECPs) and source data for Engineering Change Instructions (ECIs) as required
тАв Obsolescence monitoring and analysis support
тАв Hardware engineering support for technical analyses and drawing updates supporting launcher power, interface, and weapons string efforts
тАв Failure Reporting, Analysis and Corrective Action System (FRACAS) findings and recommendations
тАв Cyber Security Network mapping
тАв Architecture Review and Cyber Hardening (ARCH) analysis
тАв Cyber Security vulnerability assessments (including all SSN and SSBN platforms)

Obsolescence Management

тАв Identify potential end-of-life and obsolete component replacement alternatives (such as component redesign or Form/Fit/Function (FFF) replacements). Provide cost, schedule, risk and technical analysis of the hardware design, Level 3 drawing development/updates, testing, qualification, and production of upgrade kits for each option.

This requirement will be solicited sole source from Raytheon Company in Portsmouth, Rhode Island, which is the current provider for the Legacy Weapon Control System and associated launchers, pursuant to 10 U.S.C. 2304(c)(1), only one responsible source and no other supplies or services will satisfy agency requirements. Raytheon is the only source with the requisite technical data and knowledge of the older systems referenced herein to meet the GovernmentтАЩs schedule and cost constraints without significant risk to the Navy. The purpose of this synopsis is to provide information and to promote subcontracting opportunities in the event that a contract should result from this solicitation. Firms interested in subcontracting opportunities should contact Raytheon directly.

Response Date:
080217

Sol Number:
N00024-17-R-6406

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory тАУ placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy