Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 07, 2022 SAM #7555
SOLICITATION NOTICE

A -- NEXT GENERATION JAMMER ENGINEERING MANUFACTURING & DEVELOPMENT � MID BAND 2 EXPANSION PHASE 1 - TRADE STUDY

Notice Date
8/5/2022 12:28:08 PM
 
Notice Type
Presolicitation
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-22-RFPREQ-TPM234-0191
 
Response Due
8/21/2022 9:00:00 PM
 
Point of Contact
LCDR Shawn M. Grogan SC,USN, Phone: 9784309495, Shayne P. Kenny, Phone: 3017577111
 
E-Mail Address
shawn.m.grogan.mil@us.navy.mil, shayne.p.kenny.civ@us.navy.mil
(shawn.m.grogan.mil@us.navy.mil, shayne.p.kenny.civ@us.navy.mil)
 
Description
The Naval Air Systems Command (NAVAIR) intends to award a Cost Plus Fixed Fee (CPFF) modification to the Next Generation Jammer � Mid Band (NGJ-MB) Engineering Manufacturing & Development (EMD) contract to Raytheon Company (RTX) 2000 E. El Segundo Boulevard, El Segundo, CA 90245.� The purpose of this contract modification is to conduct trade studies of various implementation approaches focused on the potential expansion of the Mid-Band 2 (MB2) frequency coverage to be utilized for potential implementation into the �ALQ-249(V) 1 Next Generation Jammer Mid-Band (NGJ-MB) pod.� These studies will include various implementation approaches and risk reduction analyses with respect to this expansion.� This effort will include studies and impact assessments necessary to support critical design decisions associated with the NGJ-MB program.� The applicable NAICS Code is 541715, Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology). RTX was awarded the NGJ-MB EMD Cost Plus Incentive Fee (CPIF) contract, N00019-16-C-0002 on 13 April 2016.� The purpose of the EMD Phase is to develop, build, and test a product to verify that all operational and derived requirements have been met and to support production or deployment decisions. EMD completes all needed hardware and software detailed design; systemically retires any open risks; builds and tests prototypes or first articles to verify compliance with capability requirements; and prepares for production or deployment.� �As the sole designer, developer and manufacturer of the NGJ-MB system, Raytheon is the only source with the requisite knowledge, experience, and technical data required to successfully conduct the effort described above without causing unacceptable delays in meeting the Navy�s operational requirements. In addition, an award to any other source would result in substantial duplication of cost to the Government that is not expected to be recovered through competition.� The authority permitting other than full and open competition is Title 10, U.S. Code 2304 (c) (1), as implemented by FAR 6.302-1, �Only One Responsible Source�, and no other supplies or services will satisfy agency requirements. This is not a commercial buy and therefore the Government does not intend to use the provisions of FAR Part 12 for this acquisition. This synopsis is published for informational purposes only. (THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS.� Interested parties, however, may identify their interest and capability by responding to the requirement.� The Government will consider all capability information received prior to the closing date of this synopsis.� Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement.� A determination by the Government not to compete based upon responses to this notice is solely within the discretion of the Government.� There is no commitment by the Government to issue any solicitation, make an award, or to be responsible for any monies expended by any interested party before award of a contract for the efforts detailed above.� Information provided herein in no way binds the Government to solicit for or award a contract.��
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e179956bfb1349f8b16369e150000c1b/view)
 
Place of Performance
Address: CA 92045-3507, USA
Zip Code: 92045-3507
Country: USA
 
Record
SN06415920-F 20220807/220805230116 (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.