Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 14, 2024 SAM #8114
SOURCES SOUGHT

58 -- AN/ALE-50 Integrated Multi-Platform Launch Controller BOA

Notice Date
2/12/2024 8:40:27 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-24-RFPREQ-TPM272-0209
 
Response Due
2/27/2024 12:00:00 PM
 
Archive Date
03/13/2024
 
Point of Contact
Kathleen Erickson, Sean McManus
 
E-Mail Address
kathleen.m.erickson13.civ@us.navy.mil, sean.t.mcmanus7.civ@us.navy.mil
(kathleen.m.erickson13.civ@us.navy.mil, sean.t.mcmanus7.civ@us.navy.mil)
 
Description
DISCLAIMER: 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.� INTRODUCTION: The Naval Air Systems Command (NAVAIR) at Patuxent River, MD announces its intention to issue future delivery orders under a Basic Ordering Agreement (BOA) for supplies and services to support the AN/ALE-50 Integrated Multi-Platform Launch Controller (IMPLC) Component and associated equipment. The BOA will include, but is not limited to, logistics and engineering efforts for the IMPLC Component. The logistics support efforts to be procured under this BOA include, but are not limited to: procure materials, support equipment, test equipment, and piece parts; maintain technical data; repair and refurbish materials, support equipment, and piece parts; support Diminishing Manufacturing Sources and Material Shortages (DMSMS) efforts; and support test and fleet aircraft installs. The engineering support efforts to be procured under this BOA include, but are not limited to: fault analysis and corrective actions; performance of studies as required; analysis and evaluation of engineering tradeoffs; software/hardware development efforts; field (test and fleet) support; integration support; and other engineering efforts in support of the IMPLC. Additionally, limited procurement of the IMPLC applicable components may be required. Specific requirements and deliveries will be included in individual BOA delivery orders. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible businesses capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice.�� ELIGIBILITY: The Product/Service Code (PSC) most appropriate for this contract is 5865: Electronic Countermeasures, Counter-countermeasures, and Quick Reaction Capability Equipment. All interested businesses are encouraged to respond.�� A DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have or demonstrate ability to obtain a Secret Facility Clearance.� ANTICIPATED PERIOD OF PERFORMANCE: Each order will have its own period of performance based on the requirement between FY2024-FY2028. ANTICIPATED CONTRACT TYPE: The contract type for this contract is anticipated to be a mix of Fixed Price and Cost Reimbursable. PROGRAM BACKGROUND: The IMPLC Component provides the power and control of the sequencing and operation of the ALE-50 (AAED) and the ALE-55 (FOTD). It provides high voltage and FSK communications to the Fiber Optic-Towed Decoy, RS422 communications with the Electronic-Frequency Converter (EFC) and the Brake Control algorithm control during Decoy deployment. REQUIRED CAPABILITIES: Requirements include familiarity and understanding of the AN/ALE-50 IMPLC Component advanced technology to improve aircraft /aircrew survivability and aircrew situational awareness. Hardware tasking includes production and delivery of IMPLC hardware and support equipment; engineering and technical support; and financial data reporting. Manufacturing and repair knowledge, technology, infrastructure, capacity, and technical data are required for timely fulfilment of hardware and repair requirements for new deliverables or repair and support of Government-owned end items. Aircraft integration support includes supporting the user interface, aircraft hardware installation troubleshooting and technical support, as well as test and evaluation analysis and support. Handling and use of classified information is required. Interested businesses shall demonstrate that your company currently possesses or has authorized access to the necessary technical data, or has a viable plan to obtain, generate, or otherwise secure the necessary technical data, and that it will be maintained throughout the duration of the effort being solicited. Interested businesses shall demonstrate the capability to meet the Government�s required timelines. You may also submit information that demonstrates how you could potentially meet these requirements for future opportunities. INCUMBENT: This is a follow-on requirement. The incumbent contractor is: Raytheon Company, Space and Airborne Systems, Electronic Warfare Systems, Goleta, CA SUBMISSION DETAILS: Interested business shall submit a brief capabilities statement package (no more than ten (10) 8.5 x 11 inch pages, font no smaller than 12 point, 1.5 line spaced) demonstrating their ability to perform the services described herein without delay upon contract award; Documentation should be in bullet point format. The capability statement package shall be sent by email to Kathleen.m.erickson13.civ@us.navy.mil and sean.t.mcmanus7.civ@us.navy.mil. Submissions must be received at the office and/or email cited no later than 3:00 p.m. Eastern Standard Time on 27 February 2024. Procuring Contracting Officer (PCO), Sean McManus or Contract Specialist, Kathleen Erickson at the above email addresses. All responses shall include Company Name, Company Address, Company Business Size, and Points-of-Contact (POC) including name, phone number, fax number and email address.��
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d472197ddf4847c29d08dd9359885d2a/view)
 
Record
SN06963606-F 20240214/240212230051 (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.