Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 06, 2022 SAM #7462
SOLICITATION NOTICE

K -- Airborne Electronic Attack (AEA) Support Systems for ALQ-227

Notice Date
5/4/2022 8:45:57 AM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAVAL AIR WARFARE CENTER CHINA LAKE CA 93555-6018 USA
 
ZIP Code
93555-6018
 
Solicitation Number
N6893616R0036
 
Response Due
5/19/2022 11:00:00 AM
 
Archive Date
12/31/2022
 
Point of Contact
Markus A DePina, Contract Specialist, Phone: 7607933381, Bretton A West, Procuring Contracting Officer, Phone: 7607933494, Fax: 8059891613
 
E-Mail Address
markus.a.depina.civ@us.navy.mil, bretton.a.west.civ@us.navy.mil
(markus.a.depina.civ@us.navy.mil, bretton.a.west.civ@us.navy.mil)
 
Description
DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR QUOTE. 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 ANNOUCEMENT IS STRICTLY VOLUNTARY. OBJECTIVE: The objective of this sources sought notice is to conduct market research to determine if responsible sources exist for a competitive effort, and to gain knowledge of potential qualified sources. The Naval Air Warfare Center Weapons Division (NAWCWD) intends to modify the current contract, held by Raytheon Company, to extend the Period of Performance (PoP) by 5 years. Responses to this sources sought synopsis will be utilized by the Government to determine the best acquisition strategy. PROGRAM BACKGROUND/ SCOPE OF EFFORT: The major requirement for this effort is systems engineering and software development services for the ALQ-227 Communications Countermeasures Set (CCS) currently in use on the Navy EA-18G aircraft. The contract provides for H14/H16/H18/H20 software modifications, Next Generation Jammer Integration (NGJ)/CCS integration support, advanced EW initiatives, Engineering Change Proposals (ECPs), Configuration Management, and software modifications for the United States/Australia Low Band Geo-location Co-development program. The contract scope includes domestic, foreign military sales (FMS), and foreign/domestic cooperative development efforts. PROCUREMENT TYPE: The current contract is a Sole Source Indefinite Delivery Indefinite Quantity (IDIQ) with Cost Plus Fixed Fee (CPFF) and COST type Contract Line Item Numbers (CLINs). The intended source for the extension of the current contract vehicle by modification is the incumbent, Raytheon Company. The current contract was awarded to Raytheon on 29 June 2018, citing Federal Acquisition Regulation (FAR) 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements. Modification to extend the contract will extend the Period of Performance (PoP) by 5 years, ending 28 June 2028. As the sole designer, developer, and manufacturer of the ALQ-227 CCS for EA-18G, Raytheon is the only source that has the unique capability and expertise that can satisfy the needs of the Government. Vendors interested in Raytheon subcontracting opportunities should contact Jarret Hall, Raytheon at (972) 952-3383. RESPONSES: 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 to be received at the Contracting Office no later than 15 business days after the date of publication of this notice, which shall be considered by the agency. The written response shall reference contract number N6893616R0036 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. Responses should also include the following information: Vendor�s name and address; Vendor�s point of contact (POC) name, phone, and e-mail; Declaration as to whether a U.S. or foreign contractor; Contractor Size (Small or Large according to the identified NAICS and size standard); Provide any anticipated teaming arrangements and delineate between work to be accomplished by the prime and work to be accomplished by the teaming partners; A list of previous requirements provided, similar to the requirement described in this posting; Any other specific and pertinent information as pertains to this particular area of procurement that would enhance the Government�s review of the information submitted The Source Sought solicitation will be posted in Contract Opportunities on the System for Award Management (SAM) website at https://sam.gov/ on or about 04 May 2022 Interested firms must be registered in the SAM database at https://sam.gov/ to start doing business with the federal government. Written responses to this notice shall be submitted by e-mail to the point(s) of contact listed below no later than 15 business days from this notice date. Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access Controlled Unclassified Information (CUI) or Export Controlled Information. Access to CUI is limited, to a single POC per Commercial and Government Entity Code (CAGE) code, who is listed as the Data Custodian on the DD 2345 and approved by Defense Logistics Agency (DLA). The DD 2345 must be approved prior to requesting access to CUI in SAM.gov. Contractors are responsible for coordinating with their CAGE code�s Data Custodian POC to request access to CUI. For additional information, visit the DLA website for the Joint Certification Program:� https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5d40fe141b5a439d912b227c81dc6210/view)
 
Place of Performance
Address: Fort Wayne, IN
 
Record
SN06316866-F 20220506/220504230109 (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.