SPECIAL NOTICE
L -- SOLE SOURCE - Supplies and Services to support AN/ALQ-240(V)1 Electronic Support Measures (ESM) System and AN/ALQ-99 Tactical Jamming System (TJS)
- Notice Date
- 1/14/2022 11:37:24 AM
- Notice Type
- Special Notice
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- NSWC CRANE CRANE IN 47522-5001 USA
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016422SNB28
- Response Due
- 1/26/2022 11:00:00 AM
- Point of Contact
- Aaron Hohl, Marissa Graber
- E-Mail Address
-
aaron.m.hohl.civ@us.navy.mil, marissa.l.graber.civ@us.navy.mil
(aaron.m.hohl.civ@us.navy.mil, marissa.l.graber.civ@us.navy.mil)
- Description
- N0016422SNB28 � SOLE SOURCE - BRIEF DESCRIPTION OF ACTION � Supplies and Services to support AN/ALQ-240(V)1 Electronic Support Measures (ESM) System and AN/ALQ-99 Tactical Jamming System (TJS) � FSC/PSC L058 � NAICS 541512 Issue Date: 14 JANUARY 2022 � Closing Date: 26 JANUARY 2022 � 2:00 PM EDST REQUEST FOR INFORMATION (RFI) / SOURCES SOUGHT - The Government is issuing this RFI/sources sought announcement as part of market research for ELECTRONIC WARFARE. This synopsis is being posted to the System for Award Management (SAM) page located at http://www.sam.gov/ . SAM is the single point of entry for posting of synopsis and solicitations to the internet.� Please feel free to use the SAM site to access information posted by NSWC Crane. SPECIAL NOTICE - REQUEST FOR INFORMATION (RFI)/Sources Sought:� ��Naval Surface Warfare Center (NSWC) Crane has a requirement for supplies/services associated with the AN/ALQ-240(V)1 Electronic Support Measures (ESM) System and AN/ALQ-99 Tactical Jamming System (TJS). The procured supplies and services will include fleet support, upgrades and organic repair of a repair depot facility at Naval Surface Warfare Center, Crane Division (NSWC Crane) for the OT-209/ALQ-99F(V) Transmitter-Antenna Group, Low Band Transmitter and its variants and derivative systems (hereafter referred to as the LBT), the T-1593B/ALQ-99(V) Band 9/10 Transmitter, and AN/ALQ-240 (V) Electronic Support Measures (ESM) components.� This effort also includes reach back to the ALQ-99 Low Band Consolidation (LBC) effort for supplies/services.� The proposed contract action is for the supplies or services for which the Government intends to solicit and negotiate with one source, (to Cobham Advanced Electronic Solutions (CAES), Lansdale Inc., 305 Richardson Rd. Lansdale, PA 19446) under the authority of FAR 6.302-1(a)(2)(ii). This is being sole sourced because only one source will satisfy the requirement. Cobham is the sole designer and manufacturer of the AN/ALQ-240(V)1 ESM System and AN/ALQ-99 TJS and maintains a high degree of technical expertise concerning said systems. The basis for restricting competition is the lack of sufficient technical data, duplicative cost to the Government that is not expected to be recovered through competition, and the unacceptable delays in fulfilling the agency requirement through any other source. The applicable NAICS code for this requirement is 541512. The Product Service Code (PSC) is L058 � Technical Representation Services: Communication, Detection, and Coherent Radiation Equipment. Anticipated Period of Performance will be FY22-FY27. The Government is seeking information from companies mitigating the sole source basis listed above. The Government is seeking companies with the capabilities and facilities to provide fleet support, upgrades and organic repair of a repair depot facility at Naval Surface Warfare Center, Crane Division (NSWC Crane) for the OT-209/ALQ-99F(V) Transmitter-Antenna Group, LBT and its variants and derivative systems, the T-1593B/ALQ-99(V) Band 9/10 Transmitter, AN/ALQ-240 (V) ESM components, and reach back to the ALQ-99 LBC effort for supplies/services. All responsible sources may submit a capability statement, which shall be considered by the agency. However, a determination by the Government not to compete with this proposed contract based upon responses to this solicitation is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Please be advised that all submissions become Government property and will not be returned. In accordance with Department of Defense FAR Supplement (DFARS) Procedures, Guidance, and Information (PGI) 206.302-1, the Government is accepting information from companies potentially capable of meeting the requirements as described above. Companies with the capabilities and facilities to provide services and supplies that meet the Government�s requirement may respond.� All interested parties may submit company and product literature, a �white paper� no longer than 10 pages, and/or other pertinent information. Responses to this RFI/Sources Sought shall include the following: Company Name, Address, CAGE Code, Business Size Company Point of Contact including name, telephone number, and email address. Information describing the Company�s capabilities, resources, and experience that demonstrate an ability to perform this redesign effort. Feedback and questions regarding the requirements cited in the SOW.� Descriptions of any approaches to meeting the requirements of the SOW.� Rough Order Magnitude (ROM) cost estimate to perform this redesign, in accordance with the requirements cited in the SOW.� Contractors must also be properly registered in the Government System for Award Management database (SAM).� Contractors may obtain information on SAM registration and annual confirmation of requirements by calling 1-866-606-8220, or via the internet at www.sam.gov. All information received in response and marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities.� NSWC Crane makes no implied or in fact contracts by issuing this RFI. Acknowledgement of receipt of responses will not be made, nor will respondents be notified of the NSWC Crane�s view of the information received. Do not send any material that requires a non-disclosure agreement or identify information that is business sensitive. Responses to this notice will not be returned. Telephone calls/questions or inquiries will not be accepted. All information provided becomes U.S. Navy property and will not be returned. All proprietary information will be treated appropriately. Your interest in this RFI/Sources Sought announcement is appreciated. This RFI/sources sought does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the government to issue a formal solicitation or ultimately award a contract.� The US Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement.� Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. Market Survey information may be submitted to the Points of Contact (POC) any time prior to the expiration of this announcement.� The POCs for this effort are Aaron Hohl and Marissa Graber, Code 0242 via email aaron.m.hohl.civ@us.navy.mil and marissa.l.graber.civ@us.navy.mil.� The mailing address is: Naval Surface Warfare Center, Crane Division (NSWC Crane) Code 0242, Bldg. 121 300 Highway 361 Crane, IN 47522-5001 Responses to this RFI/sources sought may be emailed to the POCs above. If any part of the submittal is classified, please contact the POC for appropriate submission information. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities.��� Reference announcement number N0016422SNB28 in all correspondence and communications.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8f3bcf0f7deb4dc9b62bf4f35b9e23ad/view)
- Record
- SN06217800-F 20220116/220114230100 (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 |