Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 10, 2018 FBO #6012
SOURCES SOUGHT

K -- Sensor System Upgrades for F/A-18 and E/A-18G

Notice Date
5/8/2018
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division, 429 E. Bowen Rd. Stop 4015 - CL, 575 'I' Ave, Bldg 36, Ste 1116 - PM, China Lake/Pt Mugu, California, 93555-6108, United States
 
ZIP Code
93555-6108
 
Solicitation Number
N6893618R0044
 
Archive Date
6/7/2018
 
Point of Contact
Caitlan Johnson, , Agapito Santana, Phone: (760) 939-2866
 
E-Mail Address
caitlan.johnson@navy.mil, agapito.santana@navy.mil
(caitlan.johnson@navy.mil, agapito.santana@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Naval Air Warfare Center, Weapons Division (NAWCWD) intends to award a sole source contract 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 Advanced Targeting Forward-Looking Infra-red (ATFLIR), and the AN/APG-65, AN/APG-73 and AN/APG-79 radars. 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 ATFLIR, and the AN/APG-65, AN/APG-73 and AN/APG-79 radars 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 ATFLIR, and the AN/APG-65, AN/APG-73 and AN/APG-79 radars and is the incumbent on current contract N68936-17-D-0004. Information regarding the current contract, N68936-17-D-0004, 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/foia/. Performance of the work required under this prospective contract requires a Top Secret Clearance. 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 N6893618R0044 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 23 May 2018 via email to the Contract Specialist, Caitlan Johnson at caitlan.johnson@navy.mil and the Contracting Officer, Agapito Santana at agapito.santana@navy.mil via a Microsoft Word.doc or Acrobat Adobe.pdf file. The File shall 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/notices/a2dcdbe97bcd0806f5fcdae48a1bf164)
 
Place of Performance
Address: Predominately at contractor facilities. Other locations in which minimal performance may be required include NAWCWD China Lake, CA and NAVAIR Pax River, MD, United States
 
Record
SN04914379-W 20180510/180508230949-a2dcdbe97bcd0806f5fcdae48a1bf164 (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.