Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2021 SAM #7117
SOURCES SOUGHT

K -- Sensor System Software and Hardware

Notice Date
5/25/2021 10:55:25 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAVAL AIR WARFARE CENTER CHINA LAKE CA 93555-6018 USA
 
ZIP Code
93555-6018
 
Solicitation Number
N6893619D0001
 
Response Due
6/9/2021 4:00:00 PM
 
Archive Date
05/25/2022
 
Point of Contact
Chris Bachman, Phone: 7607934543, Thomas Vitale, Phone: 7607934518, Fax: 7609390528
 
E-Mail Address
christopher.bachman@navy.mil, thomas.vitale@navy.mil
(christopher.bachman@navy.mil, thomas.vitale@navy.mil)
 
Description
The Naval Air Systems Command, Naval Air Warfare Center Weapons Division, China Lake, CA intends to procure on an other than full and open competition basis, technical products and support of the F/A-18/EA-18G aircraft. The Navy intends to increase the contract ceiling via a modification to contract N6893619D0001.� The intended source is the current contractor under N6893619D0001, Raytheon Space and Airborne Systems Company (SAS). The current contract includes contract line item numbers (CLINs) including a Cost Plus Fixed Fee (CPFF) Labor CLIN and a Firm Fixed Price (FFP) Data CLIN. This increase is anticipated to cover the remaining Period of Performance. The current contract was procured as a sole source contract based on FAR 6.302-1, Only One Responsible Source. Raytheon is the sole designer, developer, and manufacturer of AN/APG-65, AN/APG-73, AN/APG-79, and ATFLIR systems. �Raytheon is the only source capable of developing RADAR electronic countermeasure improvements and incorporating enhancements for new sensor tactical capabilities.� 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 provides development of the F/A-18/EA-18G sensor system software and hardware. Sensor systems include legacy AN/APG-65, AN/APG-73, AN/APG-79, ATFLIR and advanced systems. Tasking under this contract provides for development of the F/A-18/EA-18G sensor systems 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. This notice of intent is not a request for competitive proposals; however, any firms believing that they can fulfill the requirement may submit a written response to be received at the contracting office no later than 5 days after the date of publication of this notice, clearly showing its ability to do so without causing programmatic hardship or duplication of cost to the Government. Requests for the contract increase shall be submitted to the contracting office and reference contract number N6893619D0001. Responses and requests shall be submitted by email to christopher.bachman@navy.mil or thomas.vitale@navy.mil or to Commander, Code 254120D (G. Olson), NAVAIR WD, Bldg. 2334 1 Administration Circle, China Lake, CA 93555-6108. Award is anticipated in late April 2020. 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. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access Controlled Unclassified Information within FBO.� See the DLIS website for registration details: https://public.logisticsinformationservice.dla.mil/jcp/search.aspx Going forward, all new entities registering in GSA's System for Award Management (SAM), as well as existing registrations being updated or renewed, will require the submission of an original, signed notarized letter identifying the authorized Entity Administrator for the entity associated with the Data Universal Numbering System (DUNS) number.� Effective June 11, 2018, entities who create or update their registration in SAM.gov to apply only for federal assistance opportunities such as grants, loans, and other financial assistance programs, have a notarized letter on file within 30 days of registration.� Additionally, Effective June 29, 2018, all non-Federal entities who create or update their registration in SAM.gov, have a notarized letter on file within 30 days of registration.� It is recommended that all interested parties be aware that processing this additional information may take several days and are proactive in maintaining the SAM registrations in an ""Active"" status as the government cannot award to an entity without an ""Active"" SAM registration.� More information can be found at www.gsa.gov/samupdate.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/21235d05a2ff46ca980cb16de9b81a5b/view)
 
Record
SN06012781-F 20210527/210525230105 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.