Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 21, 2020 SAM #6840
SOURCES SOUGHT

16 -- ECP 6472 NGJ Period of Performance Schedule Rebaseline and Add'l Scope

Notice Date
8/19/2020 5:45:43 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
 
ZIP Code
20670-1545
 
Solicitation Number
N00019-19-RFPREQ-PMA-265-0164
 
Response Due
8/29/2020 12:00:00 PM
 
Archive Date
09/13/2020
 
Point of Contact
Danielle N. Philipp, Phone: 3017570669
 
E-Mail Address
Danielle.Philipp@navy.mil
(Danielle.Philipp@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 VOLUNTAR223504Y. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible small business firms 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. INTRODUCTION The Naval Air Systems Command (NAVAIR) has a requirement for non-recurring engineering including systems engineering, program management, logistics, software, and test and evaluation; and related hardware including lab equipment and engineering change proposals for the integration of the Next Generation Jammer (NGJ) Pod to the EA-18G aircraft for an extension to the NGJ Engineering and Manufacturing Development Phase.�� ELIGIBILITY The PSC for this requirement is 1680; the NAICS is 334511 with a size standard of 1500 employees.� All interested businesses are encouraged to respond. ANTICIPATED PERIOD OF PERFORMANCE The anticipated period of performance is 12 months.� The anticipated start date is 01 October 2021. ANTICIPATED CONTRACT TYPE The contract type is anticipated to be Cost Plus Incentive Fee (CPIF). PROGRAM BACKGROUND The Next Generation Jammer - Midband (NGJ-MB) Program is an ACAT1C Program that provides airborne electronic attack jammer pods, AN/ALQ-249, to replace the AN/ALQ-99 Tactical Jamming System pods.��The EA-18G Growler is the primary platform for AN/ALQ-249 carriage and employment. REQUIRED CAPABILITIES Requirements include familiarity with the design and configuration of NGJ-MB and EA-18G systems capabilities.� Manufacturing knowledge, experience, software development and technical data are required to fulfill this procurement within the time required. The FY 2022 efforts may include the following: program management, software, test and evaluation, systems engineering, and associated financial and administrative data. The Government did not procure the technical data for the EA-18G aircraft, so any interested business would have to negotiate for access to and use of that data from the original supplier, The Boeing Company, in order to fulfill the potential requirement in the time required. The effort in this procurement will satisfy the Government's minimum need.� �INCUMBENT This is a follow-on requirement. The incumbent contractor is: The Boeing Company, P.O. Box 516, St. Louis, MO 63166. SUBMISSION DETAILS Interested business shall submit a brief capabilities statement package (no more than ten 8.5 x 11 inch pages, font no smaller than 12 point, 1.5 spaced) demonstrating their ability to perform the supplies or services described herein; Documentation should be in bullet format. The capability statement package shall be sent by mail to AIR 2.2.3 Contracts,� Danielle Philipp, 2.2.3.4.3, 47123 Buse Road, Building 2272, Suite 453, Patuxent River, Maryland 20670 or by facsimile to (301) 995-0705 or by email to danielle.philipp@navy.mil. ��Submissions must be received at the office cited no later than 3 :00 p.m. Eastern Standard Time on 29 August 2020.� Questions or comments regarding this notice may be addressed to Danielle Philipp at danielle.philipp@navy.mil. �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://beta.sam.gov/opp/f78f066537cf427dabb66217357bee81/view)
 
Place of Performance
Address: Saint Louis, MO 63166, USA
Zip Code: 63166
Country: USA
 
Record
SN05766122-F 20200821/200819230207 (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.