SOLICITATION NOTICE
R -- Notice of intent to award a sole source modification to GPNTS Software contract N0003920D0021
- Notice Date
- 2/13/2025 2:34:01 PM
- Notice Type
- Presolicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- NAVAL INFORMATION WARFARE SYSTEMS SAN DIEGO CA 92110-3127 USA
- ZIP Code
- 92110-3127
- Solicitation Number
- N00039-25-R-2005
- Response Due
- 2/28/2025 4:00:00 PM
- Archive Date
- 03/15/2025
- Point of Contact
- Steffany Becker, Contract Specialist, Phone: 6195481837
- E-Mail Address
-
steffany.a.becker.civ@us.navy.mil
(steffany.a.becker.civ@us.navy.mil)
- Description
- The Naval Information Warfare Systems Command (NAVWARSYSCOM), in support of the Program Executive Office for Command, Control, Communications, Computers, and Intelligence (PEO C4I), Communications and GPS Navigation Program Office (PMW/A 170), intends to award a sole source modification to contract N00039-20-D-0021 for the Global Positioning System (GPS)-Based Positioning, Navigation, and Timing Service (GPNTS) software support, under the authority of 10 U.S.C. 3204(a)(1) and Federal Acquisition Regulation (FAR) 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements, to Raytheon Company (Raytheon) 8650 Balboa Avenue, San Diego, CA 92123. Contract N00039-20-D-0021 was awarded on 15 November 2019 to Raytheon with a period of performance (PoP) from 15 November 2019 to 14 November 2029. At contract award, the contract included a five-year base period, a three-year option period and a subsequent two-year option period, with an overall contract ceiling of $100.3M. GPNTS is a combat systems element that provides critical Positioning, Navigation, and Timing (PNT) data to 70+ systems (e.g., Aegis, Ship Self Defense System (SSDS), Navy Multiband Terminal (NMT), etc.) across multiple surface platforms in the US Navy, Military Sealift Command, and Foreign Military Sales. GPNTS brings an open architecture approach that will leverage new sources of PNT, such as the integration of USSF/USAF- developed Military GPS User Equipment (MGUE). Due to the complexity of multiple software development efforts, and emergent fleet needs, the contract ceiling is expected to be reached by August 2025, prior to the contract PoP ending 14 November 2029. The proposed contract action will increase contract ceiling to allow for critical engineering support services (ESS) required to maintain the schedule for the GPNTS Follow-On Operational Test and Evaluation (FOT&E) for Military Code (M-code) integration. The increased ceiling will enable Raytheon to complete ongoing software re-baseline efforts, including completion of MGUE integration. Upon completion, the mature software re-baseline will enable a planned competitive follow-on procurement in Fiscal Year (FY) 28. The increased ceiling will also enable Raytheon to continue providing ongoing support through the end of the contract PoP to address and resolve emergent Defect Reports (DRs) and support a smooth transition to a potential new vendor following the competitive follow-on award. The estimated value of the proposed contract modification is $80.6 Million (M). Raytheon is the original designer and developer of GPNTS and is the only source presently qualified to continue the GPNTS program's near-term requirements for the M-Code FOT&E completion and implementation of Assured PNT (APNT) without creating unacceptable program delays in fulfilling requirements. The contract scope requires Raytheon to act as the software design agent for GPNTS, specifically to perform development, integration, and testing of improvements; correct deficiencies; provide inputs for the control of the GPNTS software requirements and configuration baseline; prepare engineering drops; and prepare and test formal software builds. The complexity of the GPNTS software design, with significant interfaces and multiple protocols, requires comprehensive oversight of software development. This complexity has continued to grow with multiple ongoing development efforts requiring a re-baseline from v1.x to v2.x which is currently in active development and addresses defects resolution, software end-of-life, and hardware obsolescence. As a result, utilizing a software design agent other than Raytheon would create unacceptable delays to the Navy's critical GPNTS requirements. As a result, the Government estimates that a vendor other than Raytheon would delay the software re-baseline and the GPNTS software development efforts by a minimum of 36 months. This 36 month timeline does not include the completion of the ongoing efforts, which the Government estimates would take a vendor other than Raytheon an additional 30 months to complete. As such, the Government would not possess a software baseline sufficient to deploy to the fleet until at least late 2030. This timeline would have detrimental impacts to delivery of GPS capability to the fleet. Furthermore, given the mandate for GPNTS to meet Full Operational Capability (FOC) by FY31 to incorporate M-Code, use of a vendor other than Raytheon would result in a capability gap for ships requiring GPNTS and would create unacceptable delays in fulfilling the U.S. Navy's requirements. This notice of intent is not a request for competitive proposals. A competitive solicitation will not be posted. Interested parties may express their interest and capability to satisfy the Government's requirement by writing directly to the Contracting Office. A determination by the Government to not compete the anticipated contract based on responses to this notice is solely within the discretion of the Government. Questions regarding this announcement shall be submitted to the Contract Specialist at steffany.a.becker.civ@us.navy.mil with courtesy copy to the Contracting Officer at kenneth.b.nickel2.civ@us.navy.mil. Verbal questions will NOT be accepted. Questions will be answered by posting answers to the NAVWAR e-Commerce Central website; accordingly, questions shall NOT contain proprietary or classified information.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5b568e4790934130b54e61f562eef2f3/view)
- Record
- SN07342023-F 20250215/250213230032 (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 |