Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 16, 2006 FBO #1846
SOURCES SOUGHT

A -- DEFENSIVE ELECTRONIC COUNTERMEASURES (DECM) CAPABILITIES

Notice Date
12/14/2006
 
Notice Type
Sources Sought
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, DC, 20375, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-KK01
 
Response Due
1/15/2007
 
Archive Date
1/30/2007
 
Description
This is a Request for Information (RFI), which is issued for planning purposes only. The purpose of this RFI is to open a dialogue with industry to ensure to the maximum extent possible that industry input is given proper and due consideration in the development of a planned FY07 DECM acquisition program. The Naval Research Laboratory (NRL) in conjunction with the Naval Air Systems Command, is seeking industry participation in a series of hardware-in-the-loop tests of advanced electronic countermeasure (ECM) systems against simulated Surface-to-Air Missile (SAM) and Air-to-Air Missiles (AAM) attacks. The ECM tests will be conducted at one or more facilities using both vendor furnished equipment and Government furnished equipment (GFE). Demonstrations of advanced Digital Radio Frequency Memory (DRFM) defensive electronic countermeasures (DECM) capabilities against coherent radars are desired. The data generated by the ECM tests will allow the Government to better assess DRFM-based ECM techniques. The desired DECM improvements will address deficiencies in the Navy and Marine Corps' existing ALQ-126B. The vendor shall be responsible for providing all vendor furnished hardware and software to the ECM tests at no cost to the Government. The ECM testing must be completed by 1 May 2007. Participation in the ECM tests requires prior corporate experience with, as a minimum, (1) defensive electronic countermeasure systems on aircraft; (2) design and systems engineering , design verification, first article and qualification testing experience; (3) planning, coordinating and conducting tests to prove system performance, and; (4) system integration, manufacturing and delivering of hardware. In addition, the vendor must possess both a valid DOD security clearance to at least the SECRET level and an approved classified storage facility (SECRET level). Hardware provided by the vendor for the ECM tests must be at a Technology Readiness Level 6 (TRL 6). The recorded electronic responses of the vendor furnished equipment to the simulated threats that are obtained during the capabilities demonstration will be retained by the Government with rights compatible with NRL research and development objectives. A copy of the recorded responses will be supplied to the participating vendor. Interested vendors must submit a request in writing to participate in the capabilities demonstration. Each request will be evaluated according to the following factors, which are listed in descending order of importance: (1) The contractor?s ability to supply appropriate hardware and software as demonstrated by specific accomplishments in the DECM field and by the qualifications of the supporting personnel and related facilities and (2) Degree to which new and creative solutions towards improving DECM on Navy aircraft are addressed and feasibility and the contractor's understanding of the airborne ECM environment. (3) The degree to which technical data are to be generated by the ECM tests for the demonstration and evaluation of improved ECM effectiveness. THE GOVERNMENT RESERVES THE RIGHT TO SELECT FOR PARTICIPATION ANY, ALL, PART, OR NONE OF THE RESPONSES RECEIVED. NRL may contact selected vendors for subsequent technical discussions. Participation in this testing is for planning purposes and does not constitute a commitment, implied or otherwise, concerning participation in the planned acquisition program, should such a solicitation be issued. There is no intention to award a contract based on this RFI. The Government will not compensate any interested party, firm, or individual that may choose to provide a response to this RFI. The following clause shall apply: FAR 52.215-3 REQUEST FOR INFORMATION OR SOLICITATION FOR PLANNING PURPOSES (OCT 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although "proposal" and "offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of planning for an FY07 DECM acquisition program Vendors interested in responding to this RFI may submit information by mail or e-mail in English not later than January 15, 2007. Information may be submitted to: Naval Research Laboratory, ATTN: Gary Roan, Code 5713, 4555 Overlook Ave. SW, Washington, D.C.20375, or e-mail to gary.roan@nrl.navy.mil. Submissions shall document the required experience and address the evaluation criteria as noted above. Experience which cites prior Government contracts should include the following information: (a) Name of current or recent contract effort (b) Government contract number (c) Government Program Manager contact information (d) Vendor point of contract and (e) Summary of effort (two page maximum). Responses received after January 15, 2007 will not be reviewed.
 
Record
SN01196867-W 20061216/061214221230 (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 |
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.