Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 10, 2021 SAM #7161
SOURCES SOUGHT

58 -- Next Generation Jammer Mid-Band Low Rate Initial Production Lot III

Notice Date
7/8/2021 12:25:25 PM
 
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
N00019-23-RFPREQ-PMA-234-0001
 
Response Due
7/28/2021 12:00:00 PM
 
Archive Date
07/29/2021
 
Point of Contact
Sarah May Willis, Phone: 3017579076
 
E-Mail Address
sarah.m.willis@navy.mil
(sarah.m.willis@navy.mil)
 
Description
DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY.� THIS IS NOT A REQUEST FOR PROPOSAL.� IT IS A MARKET RESEARCH TOOL BEING USED TO DETERMINE POTENTIAL FIRMS CAPABLE OF PROVIDING THE SUPPLIES 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 SYNOPSIS.� THIS 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 TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. INTRODUCTION The Naval Air Systems Command (NAVAIR) at Patuxent River, MD announces its intention to award a contract for the Low Rate Initial Production (LRIP) Lot III of Next Generation Jammer Mid-Band (NGJ-MB) shipsets.� The NGJ-MB Engineering and Manufacturing Development (EMD) contract (N00019-16-C-0002) and the NGJ-MB LRIP Lots I and II contract (N00019-21-C-0053) are currently being performed by The Raytheon Company, Space and Airborne Systems (SAS), 2000 East El Segundo Blvd., El Segundo, CA� 90245-3507. ELIGIBILITY The Product Service Code (PSC) for this requirement is 5841. �The North American Industry Classification System (NAICS) is 334511, with a size standard of 1,250 employees. All interested businesses are encouraged to respond.� PROGRAM BACKGROUND The Next Generation Jammer Mid-Band (NGJ-MB) program is an electronic attack system that will provide significantly improved Airborne Electronic Attack (AEA) capabilities against advanced threats in the mid-band frequency range through enhanced agility and precision within jamming assignments, increased interoperability and expanded broadband capacity for greater threat coverage against a wide variety of radio frequency emitters. The Effective Isotropic Radiated Power (EIRP) of the NGJ-MB system will be sufficient to provide robust jamming at standoff distances from Integrated Air Defense Systems (IADS) radar, communication, and data links. The NGJ-MB system will augment and then replace the legacy AN/ALQ-99 Tactical Jamming System (fielded in 1971) on the EA-18G, providing significantly improved radar and communication jamming performance as well as improved reliability and maintainability. The NGJ-MB system will engage sophisticated IADS and information operations (i.e., other electronic threat systems) in multiple areas of responsibility and across all phases of military operations. Threat operators and systems adapt and exploit available frequency ranges, employing techniques and tactics designed to confuse or otherwise defeat friendly AEA capabilities. In order to defeat these continuously evolving enemy radio frequency threats, the NGJ-MB design must provide for sufficient EIRP to achieve threat system engagement stand-off distances, support increased capacity (number of jamming assignments) as a result of increased threat density, and support agile employment by operators as well as provide a flexible system architecture that can be upgraded quickly to meet new mission demands. ANTICIPATED PERIOD OF PERFORMANCE The anticipated period of performance will be from Fiscal Year (FY) 2023 through 2026.� ANTICIPATED CONTRACT TYPE The contract type is anticipated to be Fixed Price Incentive Firm Target (FPIF). REQUIRED CAPABILITIES The effort may include the following: LRIP Lot III production of NGJ-MB shipsets, support equipment, spares, and associated data. �� INCUMBENT This is a follow-on requirement. The incumbent contractor is: The Raytheon Company, Space and Airborne Systems (SAS), 2000 East El Segundo Blvd., El Segundo, CA� 90245-3507. SUBMITTAL INFORMATION Interested parties 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 provide the supplies listed herein. Documentation should be in bullet format. The capability statement package shall be sent by email to sarah.m.willis@navy.mil. �Submissions must be received no later than 3:00 p.m. Eastern Standard Time on 28 July 2021.� Questions or comments regarding this notice may be addressed to Sarah Willis at sarah.m.willis@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/2c5b771fe278448ba01b0dbd11cfb52e/view)
 
Record
SN06055884-F 20210710/210708230133 (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.