SOURCES SOUGHT
K -- Sensor system upgrades for F/A-18 and E/A-18G
- Notice Date
- 6/4/2015
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division Dept. 1, Commander, NAWCWD, Code 210000D, 429 E. Bowen Rd - Stop 4015, China Lake, California, 93555-6108, United States
- ZIP Code
- 93555-6108
- Solicitation Number
- N6893615R0075
- Archive Date
- 7/4/2015
- Point of Contact
- Caitlin Brigdon, Phone: (760) 939-9230, Leann Davis, Phone: 760-939-8197
- E-Mail Address
-
caitlin.brigdon@navy.mil, leaann.davis@navy.mil
(caitlin.brigdon@navy.mil, leaann.davis@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Intend to award sole source based on FAR 6.302-1, Only One Responsible Source. The intended source is Raytheon Space and Airborne Systems Company (SAS) because they are the original and sole designer, developer and manufacturer of the AN/APG-65, AN/APG-73 and AN/APG-79 sensor systems, and the AN/ALR-67(V)3 RADAR Warning Receiver. As such they are the only source capable of developing RADAR electronic countermeasure improvements and incorporating enhancements for new sensor tactical capabilities. The Government does not possess adequate technical data or the rights necessary to competitively award this requirement. The technical data is necessary for this acquisition because the software/hardware updates and improvements, as well as integration and instrumentation support required of this contract, is to existing Raytheon designed and developed sensor systems. This sources sought synopsis is being issued to provide other potential offerors the opportunity to provide capability statements with respect to the requirement described below. The scope of this contract will include sensor system upgrades of the AN/APG-65, AN/APG-73 and AN/APG-79 Radars, and the AN/ALR-67(V)3 Radar Warning Receiver (RWR) for the F/A-18 and E/A-18G aircraft. Performance under this contract will require a contractor to provide for the development of the F/A-18 and EA-18G sensor system software and hardware to incorporate updates; improvements and enhancements of tactical capabilities; sensor instrumentation and instrumentation interfaces for flight test aircraft; flight test engineering; library updates; performance assessment of sensor related systems, interfaces and weapons analysis and investigation of advanced sensor technology, and resolution of existing sensor system problems; and analytical support of Navy data reduction operations for the contractor-designed instrumentation. Raytheon was the designer, developer, and manufacturer of the AN/APG-65, AN/APG-73 and AN/APG-79 Radars, and the AN/ALR-67(V)3 Radar Warning Receiver (RWR) and is the incumbent on current contract N68936-12-D-0001. Information regarding the current contract, N68936-12-D-0001, can be requested through the Freedom of Information Act (FOIA) process. The information regarding the FOIA process is available at: http://www.navair.navy.mil/nawcwd/counsel/textonly/foia-txt.htm. Performance of the work required under this prospective contract requires a Facility Clearance to the level of Top Secret. This notice of intent is not a request for competitive proposals; however, any firm believing it can fulfill the requirement identified above may submit a written response which shall be considered by the agency. The written response shall reference solicitation number N68936-15-R-0075 and provide a capability statement that clearly indicates the firm's experience, assets, background, and ability to perform the required work without compromising the quality, accuracy, reliability, and schedule no later than 19 June 2015 via email to the Contract Specialist, Catie Brigdon at caitlin.brigdon@navy.mil and the Contracting Officer, Lea Ann Davis at leaann.davis@navy.mil via a Microsoft Word.doc or Acrobat Adobe.pdf file. The File must not exceed 10 pages with a minimum font size of 12 point. The results of this Sources Sought will be utilized to identify if companies can meet the agency's requirements. In your response, please include Company Size (Small or Large according to the NAICS and size standard listed); If your company is a Small Business, specify if your company is or is not each of the following: (a) Service-Disabled Veteran Owned Small Business (SDVOSB); (b) HUBZone Small Business; (c) 8(a) Concern; (d) Woman-Owned Small Business; (e) Economically Disadvantaged Woman-Owned Small Business. 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. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SYNOPSIS IS STRICTLY VOLUNTARY.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68936D1/N6893615R0075/listing.html)
- Record
- SN03752674-W 20150606/150604235011-77ac5cba38c869d2034ba1e482f98b3b (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |