Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 06, 2022 SAM #7432
SOURCES SOUGHT

58 -- AN/ALQ-249(V)1, Next Generation Jammer Mid-Band (NGJ-MB) system Basic Ordering Agreement

Notice Date
4/4/2022 12:04:45 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
N00019-22-NORFP-PMA-234-TBD
 
Response Due
4/19/2022 2:00:00 PM
 
Point of Contact
Sarah Skidmore, Shayne Kenny
 
E-Mail Address
sarah.e.skidmore2.civ@us.navy.mil, shayne.kenny@navy.mil
(sarah.e.skidmore2.civ@us.navy.mil, shayne.kenny@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 VOLUNTARY. 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 of this synopsis. Each order will be synopsized on the SAM.gov website as applicable in FAR 5.201(b). INTRODUCTION The Naval Air Systems Command (NAVAIR) at Patuxent River, MD announces its intention to procure supplies and services under an existing basic ordering agreement (BOA) in support of the Next Generation Jammer Mid-Band System (NGJ-MB). The requirements for the NGJ-MB for the United States Navy and Foreign Military Sales (FMS) programs are currently being performed by The Raytheon Company of El Segundo, California. ELIGIBILITY The PSC for this requirement is 5841; and the NAICS is 334511. ANTICIPATED PERIOD OF PERFORMANCE 15 April 2022 through 31 August 2026 REQUIRED CAPABILITIES Orders placed under this BOA will support the development, production, reliability, interim support, and sustainment of NGJ-MB. Supplies and/or services to be procured under the BOA may include the following: Integrated logistics and product support, training, technical data package updates, Interactive Electronic Technical Manual (IETM) development and updates, fleet support and reach-back, fleet fielding and engineering support, material, and life-cycle support; Vehicle Systems Non-Recurring engineering to design/re-design, development, manufacture, assembly, and test efforts associated with engineering change proposals (ECPs) for configuration changes and/or retrofit kits;�ECPs for Weapon Replaceable Assembly (WRA) upgrades and retrofits to include structural updates and in-service findings; Fleet engineering/ancillary/technical support such as engineering investigations, fatigue analysis, and feasibility and integration studies/efforts; Support and materials incidental to engineering investigations, inspection, test, and/or repair, modification and restoration/return to ready-for-issue condition; NGJ-MB verification activities including but not limited to aeromechanical verification and coordination with Raytheon engineering and verification teams, as required, to close out and adjudicate NGJ-MB Engineering Manufacturing Development (EMD) Requirements Verification Reviews (RVRs) and verification concerns; Performance of Reliability, Maintainability and Testability (RM&T) efforts to continue for sustainment, to include Built-in Test (BIT) Maturation for improvements to fault isolation/fault detection and false alarms; Continued Fault Insertion Demonstration; Updates to BIT documentation or analyses; Reliability sustainment activities for depot and field failures; Continued support to contribute to the development and tracking of RM&T activities and metrics; Capacity/Effectiveness improvements to include technical requirements such as commutation, assignments, prime power utilization; System Readiness upgrades to equalization, partial degraded modes, low power recovery mode, Technique Parameter Library/Technique Data File loading scheme; Platform Support for Jammer Training Mode/Jammer Management Emulation and incremental software builds; and Market research for Australian industrial participation in NGJ-MB production. PLACE OF PERFORMANCE� Contracting office location: El Segundo, California INCUMBENT The contractor is: Raytheon Company Space and Airborne Systems PO box 902 El Segundo, California 90245. SUBMISSION DETAILS 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 perform the supplies or services described herein; Documentation should be in bullet format. All responses shall include Company Name, Company Address, Company Business Size, Cage Code, DUNS number and Points-of-Contact (POC) including name, phone number, fax number and email address. The documentation must address, at a minimum, the following: (1) Provide the type of work your company has performed in the past 3 years in support of same/similar requirement(s). Include information such as contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government point of contact and current telephone number, and a brief description of how the contract referenced relates to the required capabilities described herein. (2) Describe the specific technical capabilities and experience which your company possesses which will ensure ability to perform the requirements as described herein. The capability statement package shall be sent via email to Sarah Skidmore at sarah.e.skidmore2.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4fb4a4bde96e43c9973a3b0b7bd97e26/view)
 
Place of Performance
Address: El Segundo, CA, USA
Country: USA
 
Record
SN06288856-F 20220406/220404230057 (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.