SOLICITATION NOTICE
K -- Sensor System Software and Hardware
- Notice Date
- 7/12/2022 2:46:50 PM
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NAVAL AIR WARFARE CENTER CHINA LAKE CA 93555-6018 USA
- ZIP Code
- 93555-6018
- Solicitation Number
- N6893619D0001
- Response Due
- 7/18/2022 4:00:00 PM
- Archive Date
- 07/12/2023
- Point of Contact
- Julianne Kowalski, Phone: 760-447-4613, Caitlan Johnson, Phone: 7607938307
- E-Mail Address
-
julianne.m.kowalski.civ@us.navy.mil, caitlan.e.johnson.civ@us.navy.mil
(julianne.m.kowalski.civ@us.navy.mil, caitlan.e.johnson.civ@us.navy.mil)
- Description
- The Naval Air Systems Command, Naval Air Warfare Center Weapons Division, China Lake, CA intends to procure on an other than full and open competition basis, hardware supporting current receiver functionality and updated Wideband Receiver functionality for the F/A-18/EA-18G aircraft. The Navy intends to add this hardware to the scope of work via a modification to contract N6893619D0001.� The intended source is the current contractor under N6893619D0001, Raytheon Space and Airborne Systems Company (SAS). The current contract includes contract line item numbers (CLINs) including a Cost Plus Fixed Fee (CPFF) Labor CLIN and a Firm Fixed Price (FFP) Data CLIN. This modification will add four CPFF Hardware CLINs to the contract, and is anticipated to cover the remaining Period of Performance. The current contract was procured as a sole source contract based on FAR 6.302-1, Only One Responsible Source. Raytheon is the sole designer, developer, and manufacturer of AN/APG-65, AN/APG-73, AN/APG-79, and ATFLIR systems. �Raytheon is the only source capable of developing RADAR electronic countermeasure improvements and incorporating enhancements for new sensor tactical capabilities.� 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 provides development of the F/A-18/EA-18G sensor system software and hardware. Sensor systems include legacy AN/APG-65, AN/APG-73, AN/APG-79, ATFLIR and advanced systems. Tasking under this contract provides for development of the F/A-18/EA-18G sensor systems 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. This notice of intent is not a request for competitive proposals; however, any firms believing that they can fulfill the requirement may submit a written response to be received at the contracting office no later than five (5) days after the date of publication of this notice, clearly showing its ability to do so without causing programmatic hardship or duplication of cost to the Government. Requests for the contract increase shall be submitted to the contracting office and reference contract number N6893619D0001, 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. Responses shall be submitted by email to julianne.m.kowalski.civ@us.navy.mil or caitlan.e.johnson.civ@us.navy.mil. �� 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. Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access Controlled Unclassified Information (CUI) or Export Controlled Information. Access to CUI is limited, to a single point of contact (POC) per CAGE code, who is listed as the Data Custodian on the DD 2345 and approved by Defense Logistics Agency (DLA). The DD 2345 must be approved prior to requesting access to CUI in SAM.gov. Contractors are responsible for coordinating with their CAGE code�s Data Custodian POC to request access to CUI. For additional information, visit the DLA website for the Joint Certification Program:� https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e472e24da93e496a877deb65eef8de9a/view)
- Record
- SN06385566-F 20220714/220712230102 (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 |